SOLICITATION NOTICE
J -- Service maintenance of PET INTEGO and Continuum 2-Pump system. Manufacturer MEDRAD.
- Notice Date
- 4/9/2013
- 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
- N0025913T0211
- Response Due
- 4/22/2013
- Archive Date
- 5/31/2013
- Point of Contact
- Nick Delosreyes 619-532-5289
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in the FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Request for Quotation (RFQ) number is N00259-13-T-0211. The closing date is April 22, 2013 @ 12:00 PM Pacific Standard Time. This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-65. 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 (NAICS) Code for this acquisition is 811219; Size: $19M. Naval Medical Center San Diego requests responses from qualified sources capable of providing: CLIN 0001: On-site service maintenance contract on Government owned PET INTEGO including all parts, labor, and transportation in accordance with the statement of work. ECN: 113513, S/N: 10105. Manufacturer: MEDRAD. Base year, Performance period: 01 May 2013 30 September 2013, Quantity: 0005 Unit of Issue: Months, Unit Price: $______ CLIN 0002: On-site service maintenance contract on Government owned CONTINUUM 2-PUMP SYSTEM including all parts, labor, and transportation in accordance with the statement of work. ECNs: 114307, 114308, 118009, 118010, S/Ns: 31248, 31409, 30665, 30651. Manufacturer: MEDRAD. Base year, Performance period: 01 May 2013 30 September 2013, Quantity: 0005, Unit of Issue: Months, Unit Price: $______ CLIN 1001: On-site service maintenance contract on Government owned PET INTEGO including all parts, labor, and transportation in accordance with the statement of work. ECN: 113513, S/N: 10105. Manufacturer: MEDRAD. Option Year One, Performance period: 01 October 2013 30 September 2014, Quantity: 0004, Unit of Issue: Quarter, Unit Price: $______ CLIN 1002: On-site service maintenance contract on Government owned CONTINUUM 2-PUMP SYSTEM including all parts, labor, and transportation in accordance with the statement of work. ECNs: 114307, 114308, 118009, 118010, S/Ns: 31248, 31409, 30665, 30651. Manufacturer: MEDRAD. Option Year One, Performance period: 01 October 2013 30 September 2014, Quantity: 0004, Unit of Issue: Quarter, Unit Price: $______ CLIN 2001: On-site service maintenance contract on Government owned PET INTEGO including all parts, labor, and transportation in accordance with the statement of work. ECN: 113513, S/N: 10105. Manufacturer: MEDRAD. Option Year Two, Performance period: 01 October 2014 30 September 2015, Quantity: 0004, Unit of Issue: Quarter, Unit Price: $______ CLIN 2002: On-site service maintenance contract on Government owned CONTINUUM 2-PUMP SYSTEM including all parts, labor, and transportation in accordance with the statement of work. ECNs: 114307, 114308, 118009, 118010, S/Ns: 31248, 31409, 30665, 30651. Manufacturer: MEDRAD. Option Year Two, Performance period: 01 October 2014 30 September 2015, Quantity: 0004, Unit of Issue: Quarter, Unit Price: $______ CLIN 3001: On-site service maintenance contract on Government owned PET INTEGO including all parts, labor, and transportation in accordance with the statement of work. ECN: 113513, S/N: 10105. Manufacturer: MEDRAD. Option Year Three, Performance period: 01 October 2015 30 September 2016, Quantity: 0004, Unit of Issue: Quarter, Unit Price: $______ CLIN 3002: On-site service maintenance contract on Government owned CONTINUUM 2-PUMP SYSTEM including all parts, labor, and transportation in accordance with the statement of work. ECNs: 114307, 114308, 118009, 118010, S/Ns: 31248, 31409, 30665, 30651. Manufacturer: MEDRAD. Option Year Two, Performance period: 01 October 2015 30 September 2016, Quantity: 0004, Unit of Issue: Quarter, Unit Price: $______ CLIN 4001: On-site service maintenance contract on Government owned PET INTEGO including all parts, labor, and transportation in accordance with the statement of work. ECN: 113513, S/N: 10105. Manufacturer: MEDRAD. Option Year Four, Performance period: 01 October 2016 30 September 2017, Quantity: 0004, Unit of Issue: Quarter, Unit Price: $______ CLIN 4002: On-site service maintenance contract on Government owned CONTINUUM 2-PUMP SYSTEM including all parts, labor, and transportation in accordance with the statement of work. ECNs: 114307, 114308, 118009, 118010, S/Ns: 31248, 31409, 30665, 30651. Manufacturer: MEDRAD. Option Year Two, Performance period: 01 October 2016 30 September 2017, Quantity: 0004, Unit of Issue: Quarter, Unit Price: $______ The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration (FEB 2012) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) 52.204-13 CENTRAL CONTRACTOR REGISTRATION MAINTENANCE (DEC 2012) 52.209-6 protecting The Government s Interest When subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) 52.212-1 Instruction to Offerors-Commercial Item (FEB 2012) 52.212-3 Offeror Representations and Certification--Commercial Items (APR 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 (MAY2012) 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) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 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 (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010) 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2012) 252.225-7002 Qualifying Country Sources As Subcontractors (JUN 2012) 252.232-7003 Electronic Submission of Payment Requests (JUN 2012) SUP 5252.232-9402 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008) RAPID GATE: NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) NMCAR SUBPART 5237.102(90) Service Contract General The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. The following factors are to be used to evaluate offers: Technical Capability, past performance, and price. Technical capability and past performance when combined are more important than price. The proposed contract is restricted to domestic sources under the authority of (FAR 6.302-3.) Foreign sources, except Canadian sources, are not eligible for award. 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 (APR 2012.) and 52.222-48 Exemption from Application of Service Contract Act to Contract for Maintenance, Calibration, or Repair of Certain Equipment Certification (FEB 2009). Offeror must be registered to the System for Award Management (SAM) prior to award. The website address is www.sam.gov. A Dunn and Bradstreet number is required to register. Quotation shall be submitted electronically by email to nick.delosreyes@med.navy.mil or by facsimile at 619-532-5596, Attention: Nick Delosreyes. Email submission is limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. 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. MEDRAD INC. shall provide all services, materials and equipment necessary for the repair/preventive maintenance of MRI accessory equipment: 1.CONTINUUM 2-PUMP SYSTEM, S/N: 31248 ECN: 114307; S/N: 31409 ECN:114308; S/N: 30665, ECN: 118009; and S/N: 30665, ECN: 118010 2.PET INTEGO, S/N: 10105, ECN: 113513 located in the MRI Center Radiology Department Naval Medical Center, San Diego (NMCSD)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. Repair 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: Perform service repair/preventive maintenance to industry standards. 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 Medical System 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. 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. 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. CONTRACTOR shall perform all scheduled preventive maintenance as agreed upon during initial Contact with the Contract Administrator. NMCSD REPAIR REQUIREMENTS: NMCSD Biomedical Engineering will provide the initial assessment. 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. Equipment improvements/modifications shall be made only upon Medical Repair Branch written approval and direction. Notify the Medical Repair Branch immediately upon receipt of OEM or Replacement parts/equipment safety recalls notices. Insure that original design and functional capabilities will not be changed, modified, or altered unless the Medical Repair Branch authorizes such changes. Provide suitable OEM recommended repair equipment/tools required for the satisfactory execution of all repairs made. Furnish manufacturer OEM approved lubricants and lubricate wear points within the equipment. 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: Respond by telephone to any report of a malfunction requiring repair within one hour of notification by NMCSD, Monday Friday 0800-1700. Provide on-site support within 1 business day 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 business day. LABOR: All compensation for labor (0800 through 1700 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 1700, 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. SECURITY REQUIREMENTS: Contractor will be required to contact the Medical Repair Branch at (619) 532-8010 to submit the required information to complete the NMCSD Security Pass Form by 1400 the day prior to the scheduled visit. In the case of emergent repairs/service, the contractor will wait at the main gate for an escort from Medical Repair Branch personnel. CONTRACTOR CHECK-IN/CHECK-OUT: CONTRACTOR is required to report to the Medical Repair Branch for Visitor Badges during the hours of 0800 - 1700, Monday through Friday, prior to and upon completion of any service/repair performed. FIELD SERVICE REPORTS: Contractor shall furnish a written or electronic vendor supplied Field Service Report (FSR) to the Duty Staff at: Naval Medical Center, San Diego Bio Medical Repair Building 1, Ground Floor, Room GD-18H1 Phone: 619-532-8010 Fax: 619-532-8013 Or electronically at: ca@med.navy.mil The contractor, or his representative, shall complete the vendor supplied Field Service Report to include the following: Contractor Name Technician's Printed Name, Telephone Number and Signature Date and Time of Arrival ECN (Equipment Code Number) and Serial Number Time Expended Repairing/Service; Labor Hours, Rate and Materials Summary of Work Performed and Accepted by End-User (Government Representative's Printed Name and Signature) All Field Service Reports shall be submitted within 72 hours of completion of service. 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: (Check One) __ ___One (1) time per fiscal year__________ __ ___Two (2) times per fiscal year __________ ________ __ X____Four (4) times per fiscal year_____/_____/_____/_____ REPAIR: (Check One) __X ___Monday - Friday, 0800-1700 hrs. _______Seven (7) days per week, 24-hour coverage CONTRACTOR POINT OF CONTACT (POC): __________________________________________ (Contractor/Dispatcher/Customer Service) Telephone Number: __________________________FAX : _____________________ E-Mail: ______________________________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025913T0211/listing.html)
- Record
- SN03031619-W 20130411/130409234120-251d98ee04c7c295fc7398ac03f71fc3 (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 |