COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 11, 2001 PSA #2995
SOLICITATIONS
J -- ON SITE SERVICE AND 2 PREVENTIVE MAINTENANCE FOR UPS POWER SUPPLY UTILITY 310 10 KVA AND 380 KV AND PURCHASE OF SPARE PARTS KIT.
- Notice Date
- December 7, 2001
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1 38400 Bob Wilson Drive, San Diego, CA, 92134-5000
- ZIP Code
- 92134-5000
- Solicitation Number
- N00259-02-T-0013
- Response Due
- December 12, 2001
- Point of Contact
- loida toledo, lead purchasing agent, Phone 619-532-8122, Fax 619-532-5596, Email lctoledo@nmcsd.med.navy.mil
- Description
- This is a combined synopsis/solicitation 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 the only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00259-02-T-0013 , is issued as a request for quotations(RFQ). Consistent with FAR 12.301(c), award will be made based on price , past performance, and meeting all the requirements as specified in the statement of work. For past performance evaluation, provide at least 3 sources of references that have received same type of services as specified in the sow. These evaluation factors have equal levels of importance in the award determination. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-01. Item 0001: On site service and 2 preventive maintenance for government owned Best Power Supply utility 310 10KVA UPS, 3 phase best power systems, located at DFI computer room department, NMCSD for the period 01 Jan 2001 to 31 Dec 2002 in accordance with the statement of work (SOW). Invoicing shall be monthly in arrears ; Item 0001AA: SN: UT310 UPS LA0119. Quantity: 12 Months ; Item 0001AB: SN: UT310 UPS LA0120. Quantity: 12 Months ; Item 0001AC: SN: UT310 UPS LA0121. Quantity: 12 Months ; Item 0001AD: SN: UT310 UPS LA0123. Quantity: 12 Months ; Item 0001AE: SN: UT310 UPS LA0124. Quantity: 12 Months ; Item 0002: Purchase of spare parts kit for best power UT 310. PN: RK31-AA6J. Spare parts kit used shall be replaced by contractor to maintain the 100% level at all times. Del to DFI, Computer Room , 34800 BOB WILSON DRIVE, SAN DIEGO, CA, 92134 ; Item 0002AA: Level F, Fuse kit, PN: RK31-NA6F, Quantity: 1 Lot. Item 0002AB: Level B, Board kit, PN: RK21-AR6B, Quantity: 1 Lot, Item 0002AC: Level C, Parts Kit, PN: RK31-AA6C, Quantity: 1 lot. 0002AD: Level M, module kit, PN: RK31-NA6M , Quantity: 1 lot. Item 0003 . On site service and 2 preventive maintenance for government owned Best Power Supply utility 380 KV unit , UPS SN: HG0061, for the period 01 Jan 2001 to 31 Dec 2002. Quantity: 12 Months. The statement of work reads as follows: GENERAL REQUIREMENTS: Performance of work will be in accordance with this Statement of Work and with all other terms and conditions set forth herein. The contractor shall provide all services, materials and equipment necessary for the repair/service (except for batteries) of UPS System located in the DFI Computer Room department at 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. Contractor must have extensive past performance work experience with large facilities, i.e., Police and Fire Departments; Hospitals with Best Power UPS patient care systems, and other municipals that operate Best Power UPS hardware systems. Best Power FACTORY AUTHORIZED FIELD ENGINEERS and TECHNICIANS shall have a completed original equipment manufacturer UPS maintenance training; must be verified by the manufacture. Upon request, the certificates (or notarized copies) will be provided to the Contracting Officer, of NMCSD for verification. Local Area (SOCAL). Contractor must know the difference between single phase and three-phase equipment, must be able to state the known differences. Contractor must have 10-12 years of experience on maintenance of Best Power UPS Specifically. THE CONTRACTOR SHALL PERFORM THE FOLLOWING FUNCTIONS: Perform service maintenance to industry standards. Insure that only FACTORY AUTHORIZED FIELD ENGINEERS and TECHNICIANS ( Best Power Certified Technician) will perform all PM's and or respond to Emergency failure Trouble Call. Preventive Maintenance pricing includes 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 a FOUR HOUR telephone notification, (coverage is 7/24 for system failure) -- to a monitored contractor emergency telephone number provided by the contractor to NMCSD DFI/Information Management Department Head 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 Naval Medical Center, San Diego, and Director for Informatics, Information Management Department Head. Notify the Naval Medical Center, San Diego, DFI/Information Management Department head immediately upon receipt of OEM or replacement parts/equipment safety recalls notices. Insure that original design and functional capabilities will not be changed, modified, or altered unless the Naval Medical Center, San Diego, DFI/Information Management Department Head authorizes such changes. Provide suitable 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 100 percent Best Power manufacture spare parts kit on site owned and purchased within the scope of this contract. No substitutions; when a part is used from the spare parts kit; the contractor will replace it. All spare parts are owned by NMCSD. TITLE OF 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 and cause beyond his reasonable control including but not limited to, acts of government strikes, lockouts, fire explosion, theft, floods, riot, civil commotion, war, malicious or 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. Contractor's electrical equipment must be approved by the building engineer to ensure compatibility with the Naval Medical Center's electrical wiring and equipment. ACCESS TO EQUIPMENT: The contractor shall be provided reasonable access to all equipment that is to be serviced and utility outlets required to do the service. The contractor sha1l 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. FIELD SERVICE REPORTS: The contractor or his representative is required to report to the DFI/Information Management Department Head and or his/her representative 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 DFI/Information Management Department Head 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, Date and Time Arrival, BCN, Type, serial # and model # of equipment, Time spent repairing/servicing .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 which may be required to be overnighted for delivery because of the urgent needs of the UPS system that supports the NMCSD Composite Healthcare System (CHCS) Hospital Wide. COMPENSATION: Labor: All compensation for labor/travel to and from the site 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 only be made by the manufacture, as to not void any warranty of UPS equipment. PREVENTIVE MAINTENANCE AND CORRECTIVE MAINTENANCE SCHEDULES Services will be required based upon the following schedules: PREVENTIVE MAINTENANCE: Two (2) times per year on Best Power Equipment 310 and 380 UPS Systems. Actual months of service to be designated by NMCSD DFI/Information Management Department Head or representative after contract award has been made. The additional functions shall be performed during each preventive maintenance inspection: check of unit wiring, visual inspections and internal sub-assembly and major components, check mechanical connections, check fan operation, clean foreign material from unit interior, calibrate of unit to manufacturers specifications, verify by pass/ static switch operation, perform battery and inverter diagnostics, verify charger operation, perform any necessary filed engineering modifications, return unit to normal operation with customer loads. CORRECTIVE MAINTENANCE HOURS: For Preventative Maintenance Hours the following hours are set forth: Monday-Friday, 0800-1700 hours Emergency Coverage: Seven (7) days per week, 24 hour coverage. This acquisition incorporates the following FAR provisions and clauses: 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS(Oct 95); 52.212-2 EVALUATION-COMMERCIAL ITEMS ( JAN 1999), 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (OCT 95) must be completed and submitted along with the quote. To request a copy, please contact Loida Toledo at (619 ) 532-8122 . In accordance with FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS(Aug 96), the following clauses are incorporated by reference in paragraph (b): 52.222-26 EQUAL OPPORTUNITY ( E.O. 11246); 52.222-35 AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERAN (38 U.S.C. 4212); 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA(38 U.S.C. 4212); 52.222-36 AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS(29 U.S.C. 793); 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS(OCT 95). DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 1989); FAR 52.232-36, PAYMENT BY THIRD PARTY (MAY 1999) ; FAR 52.232-33, MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER (AUG 1996). This solicitation closes at 4 p.m., Pacific Standard Time, on December 12,2001. Submit all quotations to Loida Toledo, Lead Purchasing Agent, by fax (619-532-5596) or by e-mail (lctoledo@nmcsd.med.navy.mil). All responsible sources may submit a quotation which will be considered. The Government contemplates to award on a firm, fixed price basis.=20
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/BUMED/N00259/N00259-02-T-0013/listing.ht ml)
- Record
- Loren Data Corp. 20011211/JSOL001.HTM (D-341 SN5146A0)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on December 9, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|