Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2004 FBO #1023
MODIFICATION

J -- REPAIR OF DENTAL HANDPIECES AND SURGICAL HANDPICIES

Notice Date
9/12/2004
 
Notice Type
Modification
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
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
N00259-04-T-0074
 
Response Due
9/14/2004
 
Archive Date
9/29/2004
 
Point of Contact
Domingo Custodio, Contract Specialist, Phone 619-532-8106, Fax 619-532-5596, - Frank Aspuria, Supervisory Contract Specialist, Phone 619-532-8093, Fax 619-532-5596,
 
E-Mail Address
dbcustodio@nmcsd.med.navy.mil, fcaspuria@nmcsd.med.navy.mil
 
Small Business Set-Aside
Total Small Business
 
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 only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00259-04-T-0074 is issued as a request for quotation (RFQ). Clin 0001. Contractor shall provide On-site full maintenance service to include parts, labor, transportation and unlimited corrective maintenance calls for Government Owned Handpieces, 450 EACH and Surgical Handpieces, 25 EACH. For a list of equipment please call Domingo B. Custodio, Jr. at (619) 532-8106 or email dbcustodio@nmcsd.med.navy.mil. Period of Performance October 1, 2004 through September 30, 2005. QTY: 01, Unit of Issue: YEAR @ $ ______ = $ ______. The duties to be performed shall be in accordance with the statement of work, (SOW). The services and duty hours will be performed at Naval Dental Center Southwest, Bldg 3231 Code 015,2310 Craven Street, San Diego, CA 92136-5596. STATEMENT OF WORK WITH NO LOANER OPTION GENERAL REQUIREMENTS: The effort required hereunder shall be performed in accordance with this Statement of Work and in accordance with all other terms and conditions set forth herein. The contractor shall provide all services, materials and equipment necessary for the repair/service of the Handpieces and Sugical Handpieces System located in Naval Dental Center Southest (NDCSW)Materiel Management Department, San Diego, CA 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. THE CONTRACTOR SHALL PERFORM THE FOLLOWING FUNCTIONS: Perform service maintenance to industry standards. Insure that only FULLY QUALIFIED FIELD ENGINEERS and TECHNICIANS who have gone 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. The contractor shall use commercially reasonable efforts to correct inoperable condition in a timely manner with a response time of no later than two hours after telephone notification. 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 m~de 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 recalls 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 on 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, provided that the Contractor retains title to the software components of the equipment and all copyrights, trade secret rights and other intellectual property rights not licensed to the Government. LIABILITY: The Contractor shall not be liable for any loss, damage, or delay due to any 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 or acts of God. UTILITIES: The contractor may use Government utilities, (electrical power, compressed air, and water) that are available and required for any service performed under this contract. The facilities officer, to ensure compatibility with the Naval Medical Center's electrical wiring and equipment, must approve contractor electrical equipment. SHIPMENT: The contrctor shall be responsible for shipments for all equipment coming from and going to NCDSW. GOVERNMENT PERSONNEL: NDCSW imployees 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 equipment downtime, the contractor shall maintain replacement repair pars and materials necessary to perfrom each repair or supply said parts and materails within 2 days. LABOR: All compensation for labor is included in the contract price. Parts and materials: All compensation for parts and materials is included in this contract. PARTS/SUPPLIES QUALITY: Parts and supplies provided under this contract shall be guaranteed to be equal in all respects, including perfromance, interchangeability, durability and quality to the OEM parts when new or as presetnly recommended by the manufacturer. SERVICE REPORT: The contractor, or his representative shall furnish to: Leading Chief Petty Officer Materiel Management Dept. Naval Dental Center Southwest 2310 Craven Street San Diego, CA 92136 Tel:(619) 556-8213 Fax: (619) 556-8604 Email: mnieto@ndcsw.med.navy.mil A legible copy of the service report upon completion of work perfromed. The contractor, or his representative, shall complete the Government copy of this Fiedl Service Report to include the following: 1. Date and Time Notified 2. Serial number of items repaired 3. Time expended reparing and servicing 4. Description of malfunction 5. General description of replaced parts and servcies performed 6. Comments as to cause of malfunction The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-24. This acquisition incorporates the following FAR clauses: 52.204-7 Central Contractor Registration OCT 2003 52.212-1 Instruction to Offers- Commercial Item (JAN 2004) 52.212-3 Offeror Representations and Certification--Commercial Items , JAN 2004 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2003 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, JAN 2004 52.217-8 Option to Extend Services, NOV 1999 52.222-3 Convict Labor , JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2004 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity, APR 2002 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans DEC 2001 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans DEC 2001 52.222-48 Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain ADP, Scientific and Medical, and/or Office and Business Equipment - Contractor Certification, AUG 1996 52.232-18 Availability of Funds, APR 1984 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation, APR 1984 52.237-3 Continuity of Services, JAN 1991 52.252-2 Clauses Incorporated By Reference FEB 1998 252.204-7004 Alt A Required Central Contractor Registration Alternate A, NOV 2003 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DEC 2003 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.232-7003 Electronic Submission of Payment Requests DEC 2003 52.212-2, Evaluation Commercial Items (JAN 2004), the following factors shall be used to evaluate offers: 1) Past performance 2) Fully qualified field engineers and technicians based on SOW ) Price. Past performance and qualified field engineers and tchnicians qualifications based on SOW when combined it has more importance than cost or price. Prior to Contract Award, the government reserves the right to review the technical apabilities of the contractor employees performing under the contract solely for the purpose of ascertaining their qualifications relative to the personnel qualifications terms of the contract. Accordingly, the contractor shall furnish such past performances and all professional requirements as stated in the Statement of Work (SOW) to the Purchasing Agent along with their quote. All responsible sources may submit a quote which shall be considered. All interested Bidders must submit quotation plus past performances (three) to Domingo B. Custodio, Jr.on or before the 14 September 2004 at 3:00 PM PST, Naval Medical Center San Diego, Material Management Dept., Acquisitions Division, 34800 Bob Wilson Drive, San Diego, CA 92134, or by FAX (619) 532-5596 or by e-mail @ dbcustodio@nmcas.med.navy.mil. This solicitation is total small business set-aside..
 
Place of Performance
Address: NAVAL DENTAL CENTER SOUTWEST, MATERIEL MANAGEMENT DEPT, 2310 CRAVEN ST., SAN DIEGO, CA
Zip Code: 92136
Country: USA
 
Record
SN00670823-W 20040914/040912211543 (fbodaily.com)
 
Source
FedBizOpps.gov 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.