Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 05, 2015 FBO #5095
SOLICITATION NOTICE

J -- Service Maintenance for da Vinci Surgical System

Notice Date
11/3/2015
 
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
N00259-16-T-0021
 
Archive Date
12/31/2015
 
Point of Contact
Reynaldo R. DeVera, Phone: 6195325564
 
E-Mail Address
reynaldo.r.devera.civ@mail.mil
(reynaldo.r.devera.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The proposed contract action is for commercial item, which the Naval Medical Center San Diego intends to solicit this requirement on a sole source basis to Intuitive Surgical, Inc. under the authority of Far 13.106-1 (b). 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 announcement constitutes only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00259-16-T-0021 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 811219. All interested bidders shall submit quotations electronically by email to reynaldo.r.devera.civ@mail.mil or by facsimile at 619-532-5596, attention Reynaldo de Vera. E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before November 11, 2015 at 08:00 AM Pacific Standard Time to be considered responsive. 0001 Complete Care Plan for Da Vinci Surgical System QTY 1 Yr $____________ Full service maintenance to be provided on the da Vinci Surgical System in accordance with Statement of Work. Period of Performance: 16 November 2015 - 15November 2016 Under the authority of FAR 13.106-1(b), sole source justification is based on Intuitive Surgical, Inc. being the manufacturer and sole service maintenance provider for da Vinci Surgical System. Contractor must be registered to the System for Award Management (SAM) prior to award. The website address for SAM registration is www.sam.gov Contractor MUST complete FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, when submitting a proposal. The website address is http://www.acquisition.gov. DELIVERY ADDRESS: Naval Medical Center San Diego, 34800 Bob Wilson Drive, San Diego, CA 92134 The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-83 and DFARS Change Notice 20150626. This acquisition incorporates the following FAR clauses: 52.204-7 System for Award Management (JUL 2013) 52.204-10 Reporting Executive Compensation and First-Tier Subcontractor Awards (OCT 2015) 52.204-13 System for Award Management Maintenance (JUL 2013) 52.212-1 Instruction to Offerors-Commercial Item (OCT 2015) 52.212-2 Evaluation-Commercial Items (OCT 2014).The following factors shall be used to evaluate offers in descending order: 1) Technical Capability; 2) Price 52.212-3 Offeror Representations and Certification--Commercial Items (OCT 2015) 52.212-4 Contract Terms and Conditions--Commercial Items (MAY 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (OCT 2015) 52.219-28 Post Award Small Business Program Representative (JUL 2013) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2014) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (JUL 2013) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (SEP 2015) 252.211-7003 Item Unique Identification and Valuation (DEC 2013) 252.225-7001 Buy American And Balance of Payments Program (NOV 2014) 252.225-7002 Qualifying Country Sources As Subcontractors (DEC 2012) 252.232-7003 Electronic Submission of Payment Requests (JUN 2012)) FY16 GUIDANCE DURING CONTINUING RESOLUTION Funds are available for this requirement. The requirement is necessary to provide medical services to beneficiaries, is fully funded, and complies with the instructions in BUMED issued 01 Oct 2015. All responsible sources may submit a quotation which shall be considered by the agency. Statement of Work Service and Maintenance for Da Vinci Robotic Surgery System 1. Scope: The contractor will provide all services, labor, parts, materials, and equipment necessary for the service and maintenance for the 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 (see Section 5. for further detail in regards to those devices). MAKE/MFG MODEL ECN SERIAL NUMBER Intuitive Surgical, Inc. PS2000 098114 M0443804300306 Intuitive Surgical, Inc. VX2000 098115 M0443804530109 Intuitive Surgical, Inc. SS2000 098119 M044380429030E "Service and maintenance" means (a) any modification, adjustment, minor repair, 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 will be: Biomedical Repair Department Building One, Ground Floor Naval Medical Center San Diego 34800 Bob Wilson Drive San Diego, CA 92134 and/or: Main Operating Room BUILDING One, Fourth Floor Naval Medical Center San Diego 34800 Bob Wilson Drive San Diego CA 92134 3. NMCSD Preventive Maintenance Requirements: 3.1.. Perform preventive maintenance in accordance to OEM standards. 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. Perform services, 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. Immediately upon contract award, the contractor will provide Material Management Department BIOMED division (BIOMED) an emergency telephone number. Contractor will respond no later than two (2) hours after telephone notification from Naval Medical Center San Diego 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 equipment/tools required for the satisfactory execution of all services performed. 4.7. Furnish OEM approved lubricants or protective compounds and apply these to 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 or refurbished parts. If contractor utilizes refurbished parts, contractor will extend liability/warranty coverage to those parts as if new OEM parts. 5. End -User Requirements: 5.1.. 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. 5.2. The department expects reasonable attempts to be made to perform the necessary repairs no more than 24 hours after notification to Contractor. 5.3. The department requires access to Intuitive Surgical Technical Support Engineers via phone, 24 hours a day, 7 days per week, 365 days a year, for time¬ sensitive troubleshooting of the system. 5.4. The department requires access to the Intuitive Surgical Advance Exchange Program for preferred pricing and next day service on repair/replacement related to accidental damage of endoscopes, camera heads, and skills simulators. Access and/or enrollment to this service will be included under this contract. Individual exchanges will be completed as separate submissions to Contractor and funded separately, and will be invoiced by Contractor against those contracting actions. 6. General Response Time: 6.1. Contractor will use commercially reasonable efforts to respond by telephone to any report of a malfunction requiring service within two (2) hours of notification from NMCSD Biomed, Monday through Friday, 0800-1600. 6.2. Contractor will use commercially reasonable efforts to provide on-site support within two (2) business days of notification by NMCSD Biomed. 7. Travel and Related Expenses: Contractor will be responsible for its service related trip expenses, including round trip travel, mileage, and overnight living expenses. 8. General Liability: The contractor will not be liable for any loss, damage, or delay due to any cause beyond 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 (s) 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 will have available MSDS's for any such materials on-site. 10. Shipment: The contractor will not exceed five (5) 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 will 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. Labor: All compensation to Contractor for labor from the hours of 0600 to 1600 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 pr1c1ng. If it becomes necessary to perform services after 1600 to 0600, NMCSD BIOMED shall be notified prior to performance. 13. Security Requirements: The contractor is required to submit/complete Naval Base San Diego RAPIDGate access to NMCSD. Contractor will contact the RAPID gate program at 1-877-RAPIDGate or at www.RAPIDGate.com in order to obtain a RAPIDGate pass as necessary in order to perform this contract. All costs for completing RAPIDGate access is the responsibility of the contractor. While awaiting RAPID Gate access, contractor will, at a minimum, contact NMCSD Biomed no 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. Contractor must contact Biomedical Repair for escort or must contact the NMCSD Main Operating Room at 619-532-9000. 14. 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-18Hl at NMCSD prior to and upon completion of any services or repair work performed. 15. Field Service Reports: Contractor will 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/or Serial Number of Equipment 5. Serial Number of replacement item 5. Summary of services 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 will 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 will 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-18Hl Naval Medical Center San Diego 34800 Bob Wilson Drive San Diego, CA 92134 TEL: 619-532-8010 Fax: 619-532-8013
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-16-T-0021/listing.html)
 
Place of Performance
Address: Naval Medical Center San Diego, 34800 Bob Wilson Drive, San Diego, California, 92134, United States
Zip Code: 92134
 
Record
SN03936567-W 20151105/151103234241-c3494e47682404a993680a8bc71f0bf3 (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.