SOLICITATION NOTICE
J -- STEALTH SERVICE MAINTENANCE
- Notice Date
- 2/4/2015
- 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, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
- ZIP Code
- 92134-5000
- Solicitation Number
- N00259-15-T-0065
- Archive Date
- 3/6/2015
- Point of Contact
- Jasmine A. Lucht,
- E-Mail Address
-
jasmine.lucht@med.navy.mil
(jasmine.lucht@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared by the Naval Medical Center San Diego in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition procedures for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is N00259-15-T-0065. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-76 and DFARS Change Notice 20061004. 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.acquisition.gov and www.acq.osd.mil. The NAICS code is 811219 and the Small Business Standard is $20,500,000. This is a requirement with the intent to award on a sole source basis to Medtronic or its distributors or resellers. Naval Medical Center San Diego requests responses from qualified sources capable of providing: 0001 Base Year: Service for Stealth Station 7 with AxiEM Period of Performance: 21 FEB 2015- 20 FEB 2016 1001 Option Year One (1): Service for Stealth Station 7 with AxiEM Period of Performance: 21 FEB 2016- 20 FEB 2017 Statement of Work Stealth Station and Axiem 1. Scope: The contractor shall provide all services, labor, parts, materials, and equipment necessary for the service and maintenance for the government-owned Medtronic Stealth Station and AxiEM System and their subcomponents at Naval Medical Center San Diego (NMCSD). These items are as follows: Stealthstation 7 ECN: 108622 S/N: 6098327400 "Service and maintenance" means (a) any modification, adjustment, or replacement of the equipment that corrects a malfunction and effectively brings the equipment into material conformity with the technical specification for that equipment as designated by the original equipment manufacturer (OEM), (b) a procedure or routine that, when observed in the regular, proper operation of the equipment, avoids the material adverse effect of the applicable nonconformity, (c) any measures performed that assure the continued operation of the equipment or returns the equipment to its designed efficiency and capacity, (d) replacement of a piece of equipment on a one-for-one basis in order to provide a substitute of equal or greater value in lieu of a damaged or defective device for compensation, return, or refund of equipment. 2. Location: Places of performance shall be: Main Operating Room Building One, Fourth Floor Naval Medical Center San Diego 34800 Bob Wilson Drive San Diego, CA 92134-5000 and/or Biomedical Repair Department Building One, Ground Floor Naval Medical Center San Diego 34800 Bob Wilson Drive San Diego, CA 92134-5000 3. NMCSD Preventive Maintenance Requirements: 3.1. Perform service/repair/replace and preventive maintenance in accordance to industry standards or OEM standards, whichever is more stringent. 3.2. Ensure that only fully qualified field engineers and/or technicians who have gone through OEM or comparable third-party service schools for the equipment shall be employed in the performance of any and all work performed under this contract. Upon request, contractor shall provide training certificates or bona fides to the Material Management Department BIOMED division for verification and proof of conformity to this requirement. 3.3. 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 and the technical specification for that equipment as designated by the original equipment manufacturer. 3.4. 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. 4. NMCSD Corrective Maintenance Requirements: 4.1. Correct inoperable condition in a timely manner. Immediately upon contract award, the contractor will provide Material Management Department BIOMED division (BIOMED) and emergency telephone number. Contractor will respond no later than two (2) hours after telephone notification from BIOMED, Monday-Friday, between the hours of 0800- 1600. 4.2. Provide only the work necessary to restore the equipment to a properly serviceable/operating condition by adjustments, replacement parts, or minor repairs when it is determined that extensive repairs and parts are not necessary. 4.3. Equipment improvements/modifications shall be made only upon BIOMED written approval and direction. 4.4. Notify BIOMED immediately upon receipt of OEM safety recall notices or upon receipt of recall notices pertaining to any parts or materials utilized by contractor on the equipment. 4.5. Ensure that the original design and functional capabilities will not be changed, modified, or altered without express written authorization from BIOMED. 4.6. Provide suitable OEM recommended repair equipment/tools required for the satisfactory execution of all repairs made. 4.7. Furnish OEM approved lubricants and lubricate wear points within the equipment in accordance with OEM guidelines. 4.8. Replacement parts shall be covered by the contractor for the duration of the contract. Extend to the Government all commercial warranties on replacement parts. All replacement parts or supplies utilized shall be new parts. Refurbished parts shall only be accepted upon written request from the contractor to NMCSD Biomed and shall only be utilized/installed upon written approval from NMCSD Biomed to the contractor. 5. End-User Requirements: 5.1. Department requires availability of clinical/professional support service with the system. This will be as required by the department. This would include real-time surgical support for more complex cases from an OEM technical expert. Department requires that on-site support/technical guidance be made available with adequate prior notice (department considers 48 hours advance notice appropriate for local representative support). Contractor shall make all reasonable efforts to meet request for support. If contractor cannot meet request, support may be provided by phone if on short-notice. 5.2. For telephone support/technical guidance, department requires the contractor to be able to provide a technician on the phone within 20 minutes of contact and requires a point of contact and alternative point of contact phone number to be provided to the department for such cases. 5.3. The department requires availability of Clinical and Professional Services outside of the standard allotment of six (6) surgical support visits per system and/or outside of normal coverage hours. Services will be funded separately from the service and maintenance contract on an as-needed basis, but ordered as an option under the contract. Services provided will be identical in nature to the services provided under the base provisions of the OEM's surgical support service. Department requires that that additional services and support be made available to the department as follows: 5.3.1. Single Case Surgical Support: Department requires availability of additional clinical and professional surgical/technical support outside of the standard allotment of six (6) surgical support visits. Services will be ordered at least 48 hours in advance. 5.3.2. After Hours Service: Department requires availability of clinical and professional surgical/technical support after normal coverage hours. 5.3.3. Expedited Services Scheduled Less Than 48 Hours in Advance: Department requires availability of clinical and professional surgical/technical support for urgent/emergent surgical procedures that may be scheduled under the normal 48 hours advance notice. 5.3.4. Weekend/Holiday Surgical Support: Department requires availability of clinical and professional surgical/technical support during weekends or holidays in the case of urgent/emergent surgeries. 6. General Response Time: 6.1. Contractor shall use commercially reasonable efforts to respond by telephone to any report of a malfunction requiring repair within two (2) hours of notification from NMCSD Biomed, Monday through Friday, 0800-1600. 6.2. Contractor shall use commercially reasonable efforts to provide on-site support within one (1) business day of notification by NMCSD Biomed. 7. Travel and Related Expenses: Contractor shall be responsible for its service related trip expenses, including round trip travel, mileage, and overnight living expenses. 8. General Liability: The contractor shall not be liable for any loss, damage, or delay due to any cause beyond their reasonable control, including but not limited to fire, explosion, theft, flood, riot, civil commotion, war, malicious acts of mischief, or other circumstances outside of human control. NMCSD Employees will not perform maintenance or attempt repairs to equipment covered under this contract while such equipment is under the purview of this contract without express, written concurrence from contractor. 9. Utilities and Facilities: 9.1. The contractor may use Government utilities (e.g., electrical power, compressed air, water) that are available and required for any service performed under this contract while at Government facilities. The facilities engineer however must approve of any contractor equipment which would connect to these utilities in order to ensure compatibility with NMCSD utilities. 9.2. Any outages required in order to perform services must be approved by NMCSD Facilities Management prior to initiation of work and shall be performed per Facilities' instruction. Contractor may request Facilities assistance in performing these outages if required. 9.3. Ensure that all use, storage, transport of any materials regulated by OSHA as "hazardous", required for the performance of this contract, is in in compliance with all federal, state, and local regulations. Contractor shall have available MSDS's for any such materials on-site. 10. Shipment: The contractor shall not exceed two (2) business days for shipment of all equipment coming from and/or going to NMCSD Biomed minus exceptions or conditions as previously noted in this Statement of Work. 11. 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/stop all primary equipment incidentals to the operation of the maintained equipment after permission is received from on-duty personnel responsible for such equipment. 12. Parts Availability: To ensure minimal equipment downtime, contractor shall maintain replacement repair parts and materials necessary to perform each repair or be able to supply said parts or materials within two (2) business days. 13. Labor: All compensation for labor for labor from the hours of 0800 to 1700 local, Pacific Standard Time, is provided for in this contract and included in the contract price. Any labor performed outside of this timeframe is not included in the contract pricing. If it becomes necessary to perform services between 1600 to 0800, NMCSD Biomed shall be notified prior to performance. 14. Security Requirements: The contractor is required to submit/complete Naval Base San Diego RAPIDGate access to NMCSD. Contractor shall contact the RAPIDgate program at 1-877-RAPIDGate or at www.RAPIDGate.com in order to obtain a RAPIDGate pass(es) as necessary in order to perform this contract. All costs for completing RAPIDGate access are the responsibility of the contractor. While awaiting RAPIDGate access, contractor shall, at a minimum, contact NMCSD Biomed not later than 1400 on the day prior to a scheduled visit to submit the required information to complete the NMCSD Temporary Security Pass. In case of emergent repairs or service, the contractor will wait at the NMCSD Main Gate for escort from Biomed personnel. 15. Contractor Check-In/Check-Out: Contractor is required to report to Material Management Department, Biomedical Repair Division at Building One (1), Ground Floor, Room GD-18H1 at NMCSD prior to and upon completion of any services or repair work performed. 16. Field Service Reports: Contractor shall furnish a written or electronic vendor supplied Field Service Report (FSR) to the Duty Staff at NMCSD Biomed. All FSR's shall be submitted within 72 hours of completion of service. The contractor or their representative shall complete the FSR to include, at a minimum, the following: 1. Contractor Name 2. Technician's printed name, telephone number, and signature 3. Date and Time of Arrival 4. ECN (to be provided by Navy) and Serial Number of Equipment 5. Time Expended Repairing/Service: Labor Hours, Rate, Materials 6. Summary of Work Performed and Accepted by End-User, with Government Representative's Printed name and Signature) Completed Field Service Reports are required prior to acceptance of any invoice. Failure to submit a Field Service Report to NMCSD Biomed can result in delay of payment or rejection of invoice from Government. It is highly recommended that the contractor attach a copy of the Field Service Report to their Wide Area Workflow Invoice in addition to the required submission to NMCSD Biomed in order to expedite invoicing process. 17. Invoicing: All invoicing shall be done in accordance with this statement of work and in accordance with contract. Failure to do so may delay or interfere with payment for services rendered. 18. NMCSD Points of Contact: For all matters concerning performance of this contract, the primary point of contact shall be: Biomedical Repair Division, Material Management Department Building One, Ground Floor, Room GD-18H1 Naval Medical Center San Diego 34800 Bob Wilson Drive San Diego, CA 92134 TEL: 619-532-8010 Fax: 619-532-8013 Email: ca@med.navy.mil For administrative matters, the contractor may contact the contracting officer as designated in blocks 7.a, 7.b, 8, and 9 as found on the Standard Form 1449 issued for the contract, or may contact: Material Management Department Naval Medical Center San Diego 34800 Bob Wilson Drive San Diego, CA 92134 TEL: 619-532-8110 FAX: 619-532-5596 Period of performance is 21 FEB 2015- 20 FEB 2016 with one (1) option year, 21 FEB 2016- 22 FEB 2017. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The follow FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors- Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications- Commercial Items; 52.212-4, Contract Terms and Conditions- Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. 52.204-10 Reporting Executive Compensation and First-Tier 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 252.222-37 Employment Reports on Veterans 52.223-18 Contractor Policy to ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. Most clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications- Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 225-7001 Buy American Act and Balance of Payment Program and 252.232-7001 Electronic Submission of Payment Requests. 52.204-99 (Dev) System for Award Management Registration (Deviation) 52.232-99 (Dev) Providing Accelerated Payment to Small Business Subcontractors (Deviation) 52.217-8 Option to Extend Service 52.217-9 Option to Extend the Term of the Contract 52.217-5 Evaluation of Options RAPID GATE NCACS Program Implementation Instruction This announcement will close at 10:00 AM, Pacific Standard Time on 19 FEB 2015. Submit your quotes officially and electronically through FBO. For questions, please contact Jasmine A. Lucht via email ONLY at Jasmine.Lucht@med.navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote that shall be considered by the agency. 52.212-2, Evaluation- Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors- a combination of price, technical capability of the service provided to meet the Government requirement, and past performance. Technical and past performance, when combined, are the same as price. Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://sam.gov. All quotes shall include price(s), FOB point, a point contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet of specifications and requirements. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by 19 FEB 2015, 10:00AM, Pacific Standard Time will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The quoter shall submit, as part of its quote, information on previously performed contract or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contract listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quotes. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter's past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contract that the Government feels are most relevant to the RFQ.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-15-T-0065/listing.html)
- Place of Performance
- Address: Main Operating Room, Building One, Fourth Floor, Naval Medical Center San Diego, 34800 Bob Wilson Drive, San Diego, CA 92134-5000, and/or, Biomedical Repair Department, Building One, Ground Floor, Naval Medical Center San Diego, 34800 Bob Wilson Drive, San Diego, CA 92134-5000, SAN DIEGO, California, 92134, United States
- Zip Code: 92134
- Zip Code: 92134
- Record
- SN03632520-W 20150206/150204235130-6b6dc4f39107a295ef00bf0f68028828 (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 |