Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2012 FBO #3987
SOLICITATION NOTICE

J -- Base plus 2 option years for Excimer Laser System Service Maintenance IAW Statement of Work POP:15 November 2012 through 30 September 2013

Notice Date
10/22/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
N00259 Naval Medical Center San Diego Material Management 34800 Bob Wilson Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025913T0034
 
Response Due
11/5/2012
 
Archive Date
11/20/2012
 
Point of Contact
Christopher Jennen 619-532-8100
 
Small Business Set-Aside
N/A
 
Description
NOTICE TO CONTRACTOR This is a COMBINED SOLICITATION/SYNOPSIS for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This solicitation has been prepared with the intent to negotiate a Firm Fixed Price (FFP) contract, utilizing procedures under FAR part 13, for Commercial Items for Annual Equipment Maintenance of Star Excimer Laser System located at NRSC, NTC. The requirement calls for performance to commence 15 November 2012 through 30 September 2013 with a two (2) year option period. Contractor is responsible for providing full maintenance support for all items / components of the requirement. Vendor must provide services which include: onsite corrective repairs, normal working hour coverage (0800 to 16:30) Monday through Friday, excluding federal holidays and 24-hour emergency service and preventive maintenance services to all systems, subsystem components and assemblies. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number N00259-13-T-0034 is issued as a request for quotation (RFQ). The closing date is 05 November 2012 at 0600AM Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-61. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/dpap/dars/dfars/index; www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 811219; Size: $19,000,000. Naval Medical Center San Diego requests responses from qualified sources capable of providing the following items: Base CLIN 0001, Excimer Laser System Service Maintenance IAW Statement of Work QTY: four (4), Unit of Issue: quarter Period of Performance 15 November 2012 through 30 September 2013 Price: $______ Option year 1 CLIN 1001, Excimer Laser System Service Maintenance IAW Statement of Work QTY: four (4), Unit of Issue: quarter Period of Performance 01 October 2013 through 30 September 2014 Price: $______ Option year 2 CLIN 2001, Excimer Laser System Service Maintenance IAW Statement of Work QTY: four (4), Unit of Issue: quarter Period of Performance 01 October 2014 through 30 September 2015 Price: $______ STATEMENT OF WORK MEDICAL EQUIPMENT SERVICE MAINTENANCE WITH NO LOANER OPTION GENERAL REQUIREMENTS: The effort required hereunder shall be performed in accordance with this Statement of Work and in accordance with all other terms and conditions set forth herein. The Contractor ___________________________ shall provide all services, materials and equipment necessary for the repair/preventive maintenance of Star Excimer Laser System S/N 3131 ECN 034542 located in the Ophthalmology NTC, Department Naval Medical Center, San Diego (NMCSD) 2051 Cushing Road, San Diego, CA 92106 to ensure dependable and reliable equipment operation. The scope of work performed under these specifications includes the furnishing of all labor, and parts to perform all repairs on equipment listed, to assure continued operation at their designed efficiency and capacity. śRepair ť means any (a) modification, adjustment, or replacement of the hardware that corrects a malfunction by bringing the hardware into material conformity with the technical specifications for the hardware or (b) a procedure or routine that, when observed in the regular operation of the hardware, avoids the material adverse effect of the applicable nonconformity. NMCSD PREVENTIVE MAINTENANCE REQUIREMENTS: A. Perform service repair/preventive maintenance to industry standards. B. Ensure that only FULLY QUALIFIED FIELD ENGINEERS and TECHNICIANS who have gone through original equipment manufacturer (OEM) or comparable third party service schools for the above-mentioned equipment, shall be employed in the performance of any and all work performed under this contract. Upon request, contractor shall provide training certificates (or notarized copies) to the Medical Repair Branch for verification. The highest standard of professional capability and electrical/mechanica1 workmanship is to be maintained throughout the life of this contract. C. Make repairs to the extent necessary (as determined by inspection tests or disassembly) to ensure a functional system that will efficiently serve its intended purpose. D. Installation of system update changes to resolve specific product reliability problems. Hardware and software upgrades, defined as those changes that enhance or add product features, are not included. E. Contractor shall perform all scheduled preventive maintenance as agreed upon during initial Contact with the Contract Administrator. NMCSD REPAIR REQUIREMENTS: A. NMCSD Biomedical Engineering will provide the initial assessment. B. Provide only the work necessary to restore the equipment to a serviceable/operating condition by adjustments, replacement parts, or minor repairs when it is determined that extensive repairs and parts replacements are not necessary. C. Equipment improvements/modifications shall be made only upon Medical Repair Branch written approval and direction. D. Notify the Medical Repair Branch immediately upon receipt of OEM or Replacement parts/equipment safety recalls notices. E. Insure that original design and functional capabilities will not be changed, modified, or altered unless the Medical Repair Branch authorizes such changes. F. Provide suitable OEM recommended repair equipment/tools required for the satisfactory execution of all repairs made. G. Furnish manufacturer OEM approved lubricants and lubricate wear points within the equipment. H. Extend to the Government all commercial warranties on replacement parts, consistent with standard industry practices. TRAVEL AND RELATED EXPENSES: Contractor shall be responsible for its service related trip expenses including round trip travel, mileage, and overnight living expenses. RESPONSE TIME: Contractor shall use commercially reasonable efforts to: A. Respond by telephone to any report of a malfunction requiring repair within one hour of notification by NMCSD. B. Provide on-site support within 24 hours of notification by NMCSD personnel. TITLE TO EQUIPMENT: Contractor shall not assume possession or control of any part of the equipment. The Government retains ownership to title thereof. LIABILITY: Contractor shall not be liable for any loss, damage, or delay due to any cause beyond his reasonable control including but not limited to, acts of government, strikes, lockouts, fire, explosion, theft, floods, riot, civil commotion, war, malicious mischief or acts of God. UTILITIES: Contractor may use Government utilities, (e.g., electrical power, compressed air, and water) which are available and required for any service performed under this contract. The building engineer, to ensure compatibility with the Naval Medical Center's electrical wiring and equipment, must approve contractor electrical equipment. ACCESS TO EQUIPMENT: Contractor shall be provided reasonable access to all equipment that is to be serviced and utility outlets required to do the service. The contractor shall be free to start and stop all primary equipment incidentals to the operation of the maintained equipment after permission is received from on duty personnel responsible for such equipment. GOVERNMENT PERSONNEL: NMCSD employees will not perform maintenance or attempt repairs to equipment while such equipment is under the purview of this contract unless agreed to in writing by the contractor. PARTS AVAILABILITY: To ensure minimal equipment downtime, contractor shall maintain replacement repair parts and materials necessary to perform each repair or supply said parts and Materials within (1) day. COMPENSATION: LABOR: All compensation for labor 7:30am “ 5:00pm Local PST Time) is included in the contract price. Any labor performed outside of this timeframe is not included in the contract pricing. If services becomes necessary to be performed beyond 5:00pm, NMCSD Biomedical Repair Division shall be notified prior to performance. Parts and materials: All compensation for parts and materials is included in contract price. PARTS/SUPPLIES QUALITY: Parts and Supplies provided under this contract shall be new. CONTRACTOR CHECK-IN/CHECK-OUT: Contractor is required to report to the Medical Repair Branch for Visitor Badges during the hours of 7:30am “ 5:00pm, Monday through Friday, prior to and upon completion of any service/repair performed. FIELD SERVICE REPORTS: Contractor, at Check-In shall pick-up a Government Field Report (Form NMCSD 6700/83)(7-05). Upon completing performance of work and prior to checking-out, Contractor, shall furnish a completed Government Field Service Report (NMCSD 6700/83) to the Duty Staff or: Naval Medical Center, San Diego Biomedical Engineering Branch Building 1, Ground Floor, Room GD-18H1 Phone: (619) 532-5191 or (619) 532-8010 Fax: (619) 532-8013 Ca@med.navy.mil The contractor, or his representative, shall complete the Government Field Service Report (NMCSD 6700/83) to include the following: Contractor Name, Technician ™s Printed Name and Telephone Number, Signature Date and Time of Arrival ECN (Equipment Code Number) and Serial Number Time expended repairing/servicing; Labor Hours, Rate, and Materials Summary of work performed and accepted by end-user(Government Representative ™s Printed Name and Signature) COMPLETED FIELD SERVICE REPORTS ARE REQUIRED PRIOR TO ACCEPTANCE OF ANY INVOICE PREVENTIVE MAINTENANCE AND REPAIR SERVICES SCHEDULES SERVICES SHALL BE REQUIRED BASED UPON THE FOLLOWING AGREED SCHEDULES: PREVENTIVE MAINTENANCE: __ ____One (1) time per fiscal year_________________________________ __ ____Two (2) times per fiscal year _______________ ________________ __X ___Four (4) times per fiscal yearNOV / FEB / MAY / AUG REPAIR: __X ___Monday - Friday, 0800-1700 hrs. __ ____Seven (7) days per week, 24-hour coverage CONTRACTOR POINT OF CONTACT (POC): ________________________ (Customer Service) TELEPHONE: ______________________ FAX : ____________________________ E-MAIL: __________________________________________________________________ (END STATEMENT of Work) The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-99 (Dev) System for Award Management Registration (Deviation) (Aug 2012) 52.212-1 Instruction to Offerors--Commercial Item (FEB 2012) 52.212-2 Evaluation Commercial Items (JAN 1999) Evaluation factors in descending order of importance: 1) Technical Capability, 2) Past Performance and 3) Price 52.212-3 Offeror Representations and Certification--Commercial Items (MAR 2012) 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAR 2012) with the following clauses incorporated by reference: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012), 52.219-28 Post Award Small Business Program Representation (APR 2009), 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (MAR 2012), 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (MAR 2007), 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010), 52.222-37, Employment Reports on Veterans (Sep 2010)(38 U.S.C. 4212), 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513), 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O. ™s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within the period of performance; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 3 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years and 6 months. (End of clause) 52.219-1 Alt I Small Business Concern Program Representation (APR 2011) 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (APR 2012) - ALTERNATE I (APR 2011) 52.222-48 EXEMPTION FROM APPLICATION OF SERVICE CONTRACT ACT TO CONTRACTS FOR MAINTENANCE, CALIBRATION, OR REPAIR OF CERTAIN EQUIPMENT CERTIFICATION (FEB 2009) 52.222-51 Exemption from Application of the Service Contract act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment ”Requirements (NOV 2007) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.232-99 (Dev) Providing Accelerated Payment to Small Business (AUG 2012) 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation (APR 1984) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) www.acquisition.gov; www.acq.osd.mil 52.252-2 Clauses Incorporated By Reference (FEB 1998) www.acquisition.gov; www.acq.osd.mil 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2012) with the following clauses incorporated by reference: 252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) HIPAA - Privacy and Security of Protected Health Information NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) (a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP). (b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: http://cnic.navy.mil/CNIC_HQ_Site/index.htm, popular links. For more information or to enroll in the NCACS Program call: 1.877.727.4342. For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653 (c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2012) Offeror must be registered to the System for Award Management (SAM) prior to award. The website address is https://www.sam.gov A Data Universal Number System (DUNS) number is required to register. Email your quote to Christopher.jennen@med.navy.mil on or before 05 November 2012 0600 Pacific Standard Time. Submitter should confirm receipt of email submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025913T0034/listing.html)
 
Place of Performance
Address: Ophthalmology Department NTC
Zip Code: Naval Medical Center, San Diego (NMCSD)
 
Record
SN02917177-W 20121024/121022233804-5a9d20e844345d9983839440eaee2890 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.