SOLICITATION NOTICE
J -- Da Vinci Robotic Surgery Service Maintenance - RFQ
- Notice Date
- 8/26/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
- ZIP Code
- 92134-5000
- Solicitation Number
- N00259-13-T-0339
- Archive Date
- 10/17/2013
- Point of Contact
- Christopher J. Jennen, Phone: 6195328100, Joseph A. Gonzales, Phone: 6195325357
- E-Mail Address
-
Christopher.Jennen@med.navy.mil, joseph.gonzales@med.navy.mil
(Christopher.Jennen@med.navy.mil, joseph.gonzales@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- RFQ SF1449 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 Da Vinci Robotic Surgery System located at Naval Medical Center San Diego, Main O.R. The requirement calls for performance to commence 07 November 2013 through 06 November 2014. 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 (08:00 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-0339 is issued as a request for quotation (RFQ). The closing date is 02 October 2013 at 06:00AM Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-69. 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: CLIN 0001, Da Vinci Robotic Surgery System Number SG599 Service Maintenance IAW Statement of Work QTY: four (4), Unit of Issue: Quarter (Time) Period of Performance 07 November 2013 through 06 November 2014 Price: tiny_mce_marker_____ 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. Contractor shall provide all services, materials and equipment necessary for the repair/preventive maintenance of a Government owned Da Vinci S Robotic Surgery System located in the Main Operating Room at the 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. This does not include the scopes and cameras for the Da Vinci as they are independent of the Da Vinci Robotic Surgery System device. "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 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 and will contact the Contractor for ordering services. Requests or orders for services from any other entity is not approved and is not to be honored. 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. Provide on-site support within 24 Hours day of notification by NMCSD personnel unless unforeseen circumstances should prevent so. 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 unless unforseen circumstances should arise. In such a case, the contractor is expected to provide daily situational updates to the medical center and will try to resolve the matter in an expeditious manner. COMPENSATION: TECHNICAL SUPPORT: Technical support shall be made available from the Contractor to NMCSD 24/7, 365 days a year via telephone. EQUIPMENT MODEM SUPPORT: Support from the Contractor for equipment diagnostics and remote equipment support shall be available between 0600 and 1700 (local PST). LABOR: All compensation for labor is included in the contract price. If services becomes necessary to be performed beyond the contract agreement, 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 OEM parts. SECURITY REQUIREMENTS: Contractor shall contact the Medical Repair Branch at (619) 532-8010 to submit the required information in order to complete the NMCSD Security Pass Form, which must be submitted prior to 1400 of the day prior to the scheduled visit, for base access. If not completed, base access may be denied. In the case of emergent repairs/service, the contractor shall contact Medical Repair Branch at the number previously provided, and upon arrival, will wait at the main gate for 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. Invoices submitted without a PREVENTIVE MAINTENANCE AND REPAIR SERVICES SCHEDULES Services SHALL be required based upon the following AGREED schedules: PREVENTIVE MAINTENANCE: _______ One (1) time per fiscal year _________________________________ ___X___ Two (2) times per fiscal year: December 2013 and June 2014 _______ Four (4) times per fiscal year: December/March/June/September REPAIR: (Check One) ______ Monday - Friday, 0800-1600 ___X__ Seven (7) days per week, 24-hour coverage Contractor Point of Contact (POC): _____________________ Telephone Number: __________________________________ E-Mail:____________________________________________ (END STATEMENT of Work) This solicitation incorporates the following FAR and DFARS Clauses/Provisions: 52.204-7 Central Contractor Registration (JUL 2006) 52.204-13 Central Contractor Registration - Maintenance (DEC 2012) 52.212-1 Instruction to Offerors-Commercial Items (FEB 2012) 52.212-3 Offeror Representations and Certifications-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 (JAN 2013) 52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g) 52.233-3 Protest after Award (Aug 1996) (31 U.S.C. 3553) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) (Pub.L. 108-77, 108-78) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JULY 2010) 52.219-28 Post Award Small Business Program Representation (JUN 2007) 52.222-3 Convict Labor (June 2003) (E.O. 11755) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (July 2010) (E.O. 13126, 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (Mar 2007)) (E.O. 11246) 52.222-35 Equal Opportunity for Veterans (SEP 2010)(38U.S.C. 4212) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C 793) 52.222-41 Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sept 2010) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31U.S.C. 3332) 52.217-5 Evaluation of Options (JUL 1990) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.232-18 Availability of Funds (APR 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 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 (OCT 2006) 252.225-7001 Buy American and Balance of Payment Program(DEC2012)(41U.S.C. chapter 83, E.O. 10582 252.232-7003 Electronic Submission of Payment Requests and Receiving Report (MAR 2008)(10U.S.C. 2227 Quotations will be evaluated based on Technical capability, past performance, and price. Technical capability and past performance when combined are more important than price. The Government will only consider firm fixed price quotations. Offeror must complete and submit with the quotations FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (APR 2012) and 52.222-48 Exemption from Application of Service Contract Act Provisions-Contractor Certification (FEB 2009). The provision can also be submitted at https://www.sam.gov. Contractor must be registered to the System for Award Management (SAM) prior to award. A nine digit Data Universal Numbering System (DUNS) number provided by Dun and Bradstreet is required to register. The website address for SAM registration is https://www.sam.gov Electronic submission of Quotes: Quotations shall be submitted electronically by email to christopher.jennen@med.navy.mil or by facsimile at 619-532-8100, Attention: Christopher J. Jennen. Email submissions are limited to 2MB. The submitter should confirm receipt of email submissions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-13-T-0339/listing.html)
- Place of Performance
- Address: Naval Medical Center San Diego, 34800 Boob Wilson Drive, San Diego, California, 92134, United States
- Zip Code: 92134
- Zip Code: 92134
- Record
- SN03162630-W 20130828/130826235624-2885a5026f8143fb7951e773e3126fe5 (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 |