Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 22, 2016 FBO #5447
SOLICITATION NOTICE

J -- Service Maintenance for Raymond Carousel System

Notice Date
10/20/2016
 
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
N0025917Q0018
 
Archive Date
11/12/2016
 
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
Total Small Business
 
Description
NOTICE TO CONTRACTOR NOTICE TO CONTRACTOR This is a COMBINED SOLICITATION/SYNOPSIS for commercial services 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 award a Firm Fixed Price (FFP) contract, utilizing procedures under FAR part 13, for Commercial service as described in the schedule below. The proposed contract action is for a one (1) year service maintenance agreement for the Raymond carousel system located in the warehouse. 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 N0025917Q0018 is issued as a Request for Quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-91. It is the contractor's responsibility to be familiar with the applicable clauses and provisions referenced herein. The clauses may be accessed in full text at this address: http://farsite.hill.af.mil/. The North American Industry Classification System (NAICS) Code for this acquisition is 811219. DELIVERY ADDRESS: Naval Medical Center San Diego, 34800 Bob Wilson Dr, San Diego, CA 92134-5000. The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose conforming response is determined to provide the best value to the Government, price and non-price factors considered. The following factors shall be used to evaluate offers. FACTOR 1: Technical Capability: Must be able to provide same or equal items to each item listed. FACTOR 2: Past Performance: Provide one (1) 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. The evaluation factors are in descending order of importance. The technical factors, when combined, are significantly more important than price. Contractors who do not meet both of the first two factors will not undergo a price evaluation. 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). 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 kevin.w.knapp.civ@mail.mil, Attention: Kevin Knapp. Email submissions are limited to 20MB. The submitter should confirm receipt of email submissions. Quotations are due on or before 28-November-2016, 06:00 AM, Pacific Time to be considered. This opportunity is a 100% Small Business Set-Aside. Naval Medical Center San Diego requests responses from qualified sources capable of providing the following services and a firm-fixed price contract shall be awarded. CLIN0001: Raymond Top Drive Carousel on site full service maintenance In accordance with the Statement of Work Period of Performance is 08 November 2016 - 07 November 2017 Unit of Issue: 4 Quarters Unit Price: $_______ Total CLIN Price: $_____ CLIN0002: Light Tree and Sort Bar In accordance with the Statement of Work Period of Performance is 08 November 2016 - 07 November 2017 Unit of Issue: 4 Quarters Unit Price: $_______ Total CLIN Price: $_____ CLIN0003: CIC and IPC AC Controler In accordance with the Statement of Work Period of Performance is 08 November 2016 - 07 November 2017 Unit of Issue: 4 Quarters Unit Price: $_______ Total CLIN Price: $_____ CLIN0004: 530 Keypads In accordance with the Statement of Work Period of Performance is 08 November 2016 - 07 November 2017 Unit of Issue: 4 Quarters Unit Price: $_______ Total CLIN Price: $_____ CLIN0005: 630 Keypads In accordance with the Statement of Work Period of Performance is 08 November 2016 - 07 November 2017 Unit of Issue: 4 Quarters Unit Price: $_______ Total CLIN Price: $_____ Statement of Work Naval Medical Center San Diego Service Maintenance Period of Performance 08 November 2016 to 07 November 2017 1.1.1 SCOPE: The contractor shall provide all services, materials and equipment necessary for the repair/service of RAYMOND CAROUSEL'S located in the General Stores Department of Naval Medical Center, San Diego (NMCSD) to ensure dependable and reliable operation of the equipment. The scope of work performed under these specifications includes the furnishing of all labor, equipment, materials and parts to perform all repairs on equipment listed, to assure continued operation at their designed efficiency and capacity. Equipment includes the following: Quantity: 12 Item: Raymond Top Drive Carousels Quantity: 04 Item: Lightree and Sort Bar Quantity: 04 Item: CIC and IPC AC Controller Quantity: 08 Item: 530 Keypads Quantity: 08 Item: 630 Keypads 1.2.1 SPECIFICATIONS: THE CONTRACTOR SHALL PERFORM THE FOLLOWING FUNCTIONS: Perform service maintenance to industry standards. The order to include all parts and labor, transportation and unlimited corrective maintenance Raymond Carousels located in General Stores Department. PREVENTIVE MAINTENANCE INSPECTIONS: Four (4) scheduled preventive maintenance inspections per year (Quarterly) covering but not limited to the statement of work outlined above by qualified technician. Insure 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, the Medical Repair Branch will provide the certificates or notarized copies for verification. The highest standard of professional capability and electrical/mechanical 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. Correct inoperable condition in a timely manner with a response time of no later than {24) twenty-four hours after telephone notification, to a monitored contractor emergency telephone number to be provided by the contractor to Medical Repair Branch and Acquisitions Division immediately upon contract award. 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 on written approval and direction of the Medical Repair Branch. Notify the Medical Repair Branch immediately upon receipt of OEM or replacement parts, equipment safety recall 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 modern 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 or replacement parts, consistent with standard industry practices. Maintain an adequate spare parts inventory on parts with a history of high failure/replacement rates. TITLE TO EQUIPMENT: The contractor shall not assume possession or control of any part of the equipment. The Government retains ownership to title thereof. LIABILITY: The contractor shall not be liable for any loss, damage, or delay due to 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 of acts of God. UTILITIES: The contractor may use Government utilities, (electrical power, compressed air, and water) that is 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: The contractor shall be provided reasonable access to all equipment that is to be serviced And utility outlets required doing 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. 2.0 REQUIREMENTS: FIELD SERVICE REPORTS: The contractor or his representative is required to report to the Medical Repair Branch During the hours of 0730 -2200 Monday through Friday, prior to and upon completion of any service/repair performed. The contractor or his representative shall furnish to the medical Repair Branch a legible copy of the Field Service Report upon completion of work performed. The contractor or his representative shall complete the Government copy of this Field Service Report by including the following: Date and Time Notified and Date and Time of Arrival BCN, Type, Serial #and Model # of Equipment Time spent repairing/servicing and Description of Malfunction. General description of replaced parts and service performed comments as to cause of malfunction. 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 downtime to equipment, the contractor shall maintain replacement repair Parts and materials necessary to perform each repair or supply said parts and materials within (1) one day. COMPENSATION: Labor: All compensation for labor is included in the contract price. 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 guaranteed to be equal in all respects, including performance, interchangeability, durability and quality to the OEM parts when new or as presently recommended by the manufacturer. 2.1.1 WORKING HOURS: The work must be scheduled with the department where the work is being performed. Work may need to be done on weekends and outside of main working hours which are 0600-1600 M-F. 2.1.2 CONTRACTOR REPRESENTATIVE: The contractor shall designate a representative in accordance with FAR 52.236-6. The name of the person shall be designated in writing and provided to the contracting officer. 2.1.3 AUTHORITY: The Contractor Representative shall have authority to act for the Contractor on all contract matters relating to daily operation of this contract. 2.1.4 RESPONSE TIME: The Contractor Representative shall be available during normal duty hours to meet, on site with Government Personnel designated by the contracting officer to discuss and resolve performance issues. 2.1.5 EMPLOYEES: Contractor personnel shall maintain a neat appearance and be easily recognizable. This may be accomplished by wearing distinctive clothing bearing the name of the company or by wearing appropriate badges which contain the company and employee name. 2.1.6 SECURITY OR ACCESS REQUIREMENT: PASS AND IDENTIFICATION: The contractor shall obtain all proper pass and badge requirements for access onto the Naval Medical Center San Diego and surrounding clinics. Rapid Gate Access Card is required. Visit www.rapidgate.com for details on how to apply. 2.1.7 CONTRACT REQUIREMENT FOR BACKGROUND CHECKS: It is the Contractor's responsibility to ensure its employees undergo proper criminal history background checks by providing the Government support, cooperation and active assistance throughout the process. 2.1.8 GENERAL LIABILITY INSURANCE: The Contractor shall be required to have liability insurance to cover any actions on the part of the Contractor or his sub-contractors which result in injury or death to patients, staff, visitors or other Contractors. Such comprehensive form of policy shall provide coverage of at least $500,000 per occurrence (FAR 28.307-2). 2.1.9 QUALITY CONTROL QUALITY CONTROL PLAN: The Contractor shall establish and maintain a Quality Control Program and/or Plan to ensure the requirements of the contract are maintained on a continued basis. Completed work is reviewed for overall system operation efficiency, and spot checked for customer satisfaction and general review of resolved problems. The LPO/Division supervisor is available to provide technical assistance on unusual or very difficult problems. All contract employees will adhere to the workplace safety guidelines that have been established by OSHA, NEC and the Workman's Compensation Board to ensure employee and customer safety. ALL accidents and incidents, to include, but not limited to: injuries, accidental demolition of non-related items or structures, incidents or pertinent conversations with other contractors or facility staff will be communicated to the IMD designated Point of Contact or senior military leadership. 3.0 QUALITY ASSURANCE The government may visit the Contractor's business establishment and facilities at any reasonable time to ensure compliance with existing regulations. In addition, the Contractor will provide the government with a copy of its current procedures or operating manual as instructed by the solicitation. 4.0 ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (ECMRA) The contractor shall report contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address https://doncmra.nmci.navy.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://doncmra.nmci.navy.mil. *End Statement of Work The following provisions apply to this acquisition: FAR 52.204-7, System for Award Management, FAR 52.212-1, Instructions to Offerors-Commercial Items (Apr 2014); FAR 52.212-3 and Alt I, Offeror Representations and Certifications-Commercial Items (Dec 2014); FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. The following clauses, incorporated by reference, apply to this acquisition: FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights; FAR 52.204-2, Security Requirements; FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition, FAR 52.232-39 Unenforceability of Unauthorized Obligations; and FAR 52.233-4, Applicable Law for Breach of Contract Claim. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (and Deviation) applies to this acquisition and includes: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013); FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013); and FAR 52.239-1, Privacy or Security Safeguards (Aug 1996). The following clauses apply to this acquisition: DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; and 252.247-7023, Transportation of Supplies by Sea, DFARS 252.204-7000, Disclosure of Information; and DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information. AVAILABILITY OF FISCAL YEAR 2017 FUNDS. THE GOVERNMENT OBLIGATION MADE HEREUNDER IS CONTINGENT UPON THE ENACTMENT OF THE FISCAL YEAR 2017 APPROPRIATION ACT. THIS ORDER IS ISSUED SUBJECT TO THE 2017 DOD APPROPRIATION ACT OR AN EXTENDED FISCAL YEAR 2016 CONTINUING RESOLUTION ACT AND IS SUBJECT TO ALL PROVISIONS OF WHICHEVER ACT BECOMES APPLICABLE. THE CLAUSE 52.232-18 REFERENCED HEREIN APPLIES TO THIS CONTRACT. 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/forfo_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. 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) (Provides information and instructions for submitting invoices-will be filled in with WAWF acceptor on Purchase Order)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025917Q0018/listing.html)
 
Place of Performance
Address: Naval Medical Center San Diego, 34800 Bob Wilson Dr, San Diego, California, 92134, United States
Zip Code: 92134
 
Record
SN04309383-W 20161022/161020234502-e202bf6ed93cfcc857b2c0b4b8d6feea (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.