Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 18, 2015 FBO #5108
SOLICITATION NOTICE

65 -- Stryker Power Maintenance Service Agreement - Appendix A

Notice Date
11/16/2015
 
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-0027
 
Archive Date
12/15/2015
 
Point of Contact
Kevin W. Knapp, Phone: 6195325944
 
E-Mail Address
kevin.w.knapp.civ@mail.mil
(kevin.w.knapp.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Appendix A - Equipment List 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 as described in the schedule below. The proposed contract action is for a Maintenance Service Agreement for Stryker Surgical Power Instruments, which the Naval Medical Center San Diego intends to solicit on a sole source basis Stryker Corporation; 4100 E Milham Ave; Portage, MI, 49002; under the authority of Far 13.106-1(b)(1). Justification: Under the authority of FAR 13.106-1(b)1, Sole source justification is based on Stryker Corporation having the only factory trained technicians, accessibility to OEM parts, and the ability to provide loaner equipment to NMCSD within twenty four hours. 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 N00259-16-T-0027 is issued as a Request For Quotation (RFQ). The closing date is 30 November 2015 at 06:00AM Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-83. 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 339112; Size: 500. CLIN 0001 - Maintenance Service Agreement for Stryker Power: In accordance with the Statement of Work on all items listed in Appendix A Unit of Issue: 12 Months Unit Price: $_______ Total CLIN Price: $_____ Statement of Work A. Scope: The contractor shall provide all services, labor, parts, materials, and equipment necessary for the service and maintenance for the government-owned Stryker Power systems at Naval Medical Center San Diego (NMCSD) as listed below. SEE "APPENDIX A" FOR LIST OF EQUIPMENT NECESSARY FOR SERVICE AND MAINTENANCE "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. B. Location: Place of performance shall be: Biomedical Repair Department Building One, Ground Floor Naval Medical Center San Diego 34800 Bob Wilson Drive San Diego, CA 92134-5000 C. NMCSD Preventive Maintenance Requirements: 1. Perform service/repair/replace and preventive maintenance in accordance to industry standards or OEM standards, whichever is more stringent. 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. 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. D. NMCSD Corrective Maintenance Requirements: 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. 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. 3. Equipment improvements/modifications shall be made only upon BIOMED written approval and direction. 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. 5. Ensure that the original design and functional capabilities will not be changed, modified, or altered without express written authorization from BIOMED. 6. Provide suitable OEM recommended repair equipment/tools required for the satisfactory execution of all repairs made. 7. Furnish OEM approved lubricants and lubricate wear points within the equipment in accordance with OEM guidelines. 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. E. End-User Requirements: 1. The department requires next-day service exchange. Any order for service on a device covered by this contract placed by 1300 Pacific Standard Time will require a loaner or temporary replacement from the contractor in lieu of the device requiring service to be delivered no later than 0800 the next business day. Loaners will be delivered to NMCSD Biomed for check-in and processing prior to release to the department. This loaner/replacement will be returned to the contractor upon return of the government-owned equipment upon accepted completion of the service/maintenance. If contractor cannot perform or complete the service/maintenance, they must notify NMCSD Biomed in writing of such, with a clear explanation as to why it could not be completed. 2. The department expects reasonable attempts to be made to repair any device turned in for service. Reasonable attempts include; cost of repairs not exceeding the purchase cost of new equivalent equipment from the OEM, repairs taking no more than 45 days from initial service request to complete, and repairs for equipment where it can be reasonably argued that the equipment was subjected to patently obvious gross negligence or abuse. If equipment is received and is irreparably damaged, the department requires a written report as to the extensiveness of the damage and the suspected cause or type of maltreatment necessary to cause such damage (e.g., dropped, crushed mechanically, overloaded, etc.). The field service report may serve in this regard if comprehensive. F. General Response Time: 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. 2. Contractor shall use commercially reasonable efforts to provide on-site support within two (2) business days of notification by NMCSD Biomed. G. Travel and Related Expenses: Contractor shall be responsible for its service related trip expenses, including round trip travel, mileage, and overnight living expenses. H. 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. I. Utilities and Facilities: 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. 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. 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. J. 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. K. 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. L. 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. M. Labor: All compensation for labor for labor from the hours of 0800 to 1600 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. N. 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. O. 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. P. 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. Q. 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. R. 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 *End Statement of Work* 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 and 52.222-48 Exemption from Application of Service Contract Act Provisions-Contractor Certification. 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. Electronic submission of Quotes: Quotations shall be submitted electronically by email to kevin.w.knapp.civ@mail.mil or by facsimile at 619-532-5944, Attention: Kevin W. Knapp. Email submissions are limited to 2MB. The submitter should confirm receipt of email submissions. This solicitation incorporates the following FAR and DFARS Clauses/Provisions: 52.204-7 SYSTEM FOR AWARD MANAGEMENT (JULY 2013) 52.204-13 SYSTEM FOR AWARD MANAGEMENT (JULY 2013) 52.212-1 Instruction to Offerors-Commercial Items (APR 2014) 52.212-2, Evaluation - Commercial Items (JAN 1999), The following factors shall be used to evaluate offers in descending order of importance: FACTOR 1: Technical Capability; defined as the ability of the products to meet the salient characteristics needed. FACTOR 2: Past Performance Provide three (3) references with the Point of contact, telephone number, address, and contract number, that you have provided the same or similar services within the last 3 years FACTOR 3: Price; the government shall conduct a price evaluation of all technically acceptable offers with acceptable delivery schedules. Technical capability and Past Performance, when combined, are significant evaluation factors that will be most advantageous to the Government. Contractors who do not meet both of the first two factors will not undergo a price evaluation. 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2015) 52.212-4 Contract Terms and Conditions-Commercial Items (DEC 2014) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (MAR 2015) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 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 (19 U.S.C. 3805 note)) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (June 2003) (E.O. 11755) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (Mar 2007)) (E.O. 11246) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C 793) 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C.) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (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 (JUL 2013) (31U.S.C. 3332) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/VFFARa.htm (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/VFFARa.htm (End of clause) 52.217-6 OPTION FOR INCREASED QTY 52.237-2 Protection of Government Buildings, Equipment, and Vegetation --- (service On-Site) 252.225-7001 Buy American and Balance of Payment Program (DEC2012) (41U.S.C. chapter 83, E.O. 10582 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003) 252.232-7003 Electronic Submission of Payment Requests and Receiving Report (MAR 2008)(10U.S.C. 2227 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (NOV 2013) 252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 2013) 252.203-7998 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-O0010)(FEB 2015) 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-16-T-0027/listing.html)
 
Place of Performance
Address: 34800 Bob Wilson Drive, San Diego, California, 92134, United States
Zip Code: 92134
 
Record
SN03946477-W 20151118/151116234217-4d84f2631788a23a15e0d79379882799 (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.