SOLICITATION NOTICE
J -- Stealth Station Service Maintenance - N0025915T0196
- Notice Date
- 5/12/2015
- 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
- N0025915T0196
- Archive Date
- 6/6/2015
- Point of Contact
- Merlinda M Labaco, Phone: (619) 532-8122
- E-Mail Address
-
merlinda.labaco@med.navy.mil
(merlinda.labaco@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Stealth Station Service Maintenance The proposed contract action is for commercial items which the Naval Medical Center San Diego intends to solicit on a sole source basis under the authority of FAR 13.106-1 (b) (1) (i). This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source, Medtronic USA Inc. located at 6743 S Point Dr N., Jacksonville, FL 32216-6218. As the OEM, they have proprietary knowledge of the device who can provide certified service technician, replacement parts including software updates, maintains OEM liability and warranty for the equipment. All other offerors may submit a quote that will be reviewed by the Government. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation 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 in the future. This is a combined solicitation/synopsis for commercial items prepared in accordance with the format in FAR subpart 12.6, using Simplified Acquisitions Procedures for commercial items found at FAR 13, as supplemented with additional information included in this notice. This announcement constitutes only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00259-15-T-0196 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 811219: Size: $20.5M. This is an unrestricted solicitation. The contractor shall provide service maintenance for the Stealth Station 7 and Axiem in accordance with the Statement of Work (SOW): CLIN 0001: Stealth Station 7 & AxiEM Service Maintenance; Serial # 6098327400; Full service maintenance to include parts and labor to be provided on the listed Government owned equipment in accordance with the Statement of Work. Period of Performance: 1June 2015 to 31 May 2016 Quantity: 4; Unit of Issue: Quarter; Price: _______________; Extended Price: _______________ CLIN 0002: Option Quantity - Single Case Surgical Support (NTE); SERVICEC1-SS2; Period of Performance: 1June 2015 to 31 May 2016 Quantity: 3; Unit of Issue: Each; Price: _______________; Extended Price: _______________ CLIN 0003: Option Quantity - After Hours Fee (NTE); SERVICEC1-LAB; Period of Performance: 1June 2015 to 31 May 2016 Quantity: 12; Unit of Issue: Hours; Price: _______________; Extended Price: _______________ CLIN 0004: Option Quantity - Expedite Services for <48 Hrs Notice (NTE); SERVICEC1-XPD; Period of Performance: 1June 2015 to 31 May 2016 Quantity: 6; Unit of Issue: Each; Price: _______________; Extended Price: _______________ CLIN 0005: Option Quantity - Weekend/Holiday Support Fee (NTE); SERVICEC1-VIS; Period of Performance: 1June 2015 to 31 May 2016 Quantity: 2; Unit of Issue: Each; Price: _______________; Extended Price: _______________ CLIN 0006: Option Quantity - Education and Training; Period of Performance: 1June 2015 to 31 May 2016 Quantity: 1; Unit of Issue: Each; Price: _______________; Extended Price: _______________ Statement of Work Medtronic 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 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 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://www.cnic.navy.mil/regions/cnrsw/installations/navbase_san_diego/om/force_protection/rapid_gate.html and 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. 252.203-7998 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-O0010) (FEB 2015) (a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) 252.203-7999 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-O0010)(FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of clause) The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-80. This acquisition incorporates the following FAR clauses: 52.204-7 System for Award Management (JUL 2013) 52.204-13 System for Award Management Maintenance (JUL 2013) 52.212-1 Instruction to Offerors-Commercial Item (JUL 2013) 52.212-2 Evaluation - Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certification--Commercial Items (JUL 2013) 52.212-4 Contract Terms and Conditions--Commercial Items (JUL 2013) 52.217-5 Evaluation of Options (JUL 1990) 52.217-6 Option for Increased Quantity (MAR 1989) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 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) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) (31 U.S.C., 6101 note) 52.219-28 Post Award Small Business Program Representation (APR 2012) 52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -Cooperation with Authorities and Remedies (MAR 2012) 52.222-26 Equal Opportunity (MAR 2007) 52.222-35 Equal Opportunity for Veterans (SEP 2010) 52.222-36 Affirmative Action For Workers With Disabilities (OCT 2010) 52.222-37 Employment Reports on Veterans (SEP 2010) 52.222-48 Exemption from Application of Service Contract Act to Contracts for Maintenance, Calibration, 52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment - Requirements, (NOV 2007) 52.223-18 encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 252.204-7012 Item Unique Identification and Valuation (DEC 2013) 252.225-7001 Buy American and Balance of Payments Program (JUN 2012) 252.225-7002 Qualifying Country Sources As Subcontractors (DEC 2012) 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) Quotations will be evaluated based on technical capability, past performance (provide references within three years of past performances related to Stealth Station and AxiEM system service maintenance), 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 (JUL 2013). 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 Systems (DUNS) number provided by Dun and Bradstreet is required to register. The website address for SAM registration is https://sam.gov Electronic submission of Quotes: Quotations shall be submitted electronically by email to merlinda.m.labaco.civ@mail.mil. Email submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due before close of business on 22 May 2015, 9:00am Pacific Standard Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025915T0196/listing.html)
- Place of Performance
- Address: Naval Medical Center San Diego, Opthalmology Department, 34800 Bob Wilson Drive, San Diego, California, 92134, United States
- Zip Code: 92134
- Zip Code: 92134
- Record
- SN03727864-W 20150514/150512235133-92a3a9654c9962e1c0b48cde59c8c4a3 (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 |