SOLICITATION NOTICE
A -- On-Site Full Service Maintenance on Government Owned Radiology Voicewriter Dictation System
- Notice Date
- 7/16/2008
- Notice Type
- Presolicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, N00259 NAVAL MEDICAL CENTER MATERIAL MANAGEMENT 34800 Bob Wilson Drive, Suite # 8 San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0025908T0193
- Response Due
- 7/31/2008
- Archive Date
- 8/15/2008
- Point of Contact
- Dan Nardi 619-532-8083
- 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 MEDQUIST TRANSCRIPTIONS, LTD. under the authority of Far 6.302. This 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, N00259-08-T-0193 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 541990; Size: 500. All interested bidders shall submit quotations electronically by email to dan.nardi@med.navy.mil or by facsimile at 619-532-5596, attention Dan Nardi. E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 31 July 2008, 5:00PM Pacific Standard Time to be considered responsive. Request On-Site Full Service Maintenance Contract to be Initiated for the Listed Government-Owned Equipment Including All Parts, Labor, Transportation and Unlimited Maintenance Calls, Corrective and Preventive for the Period 01 Oct 2008 30 Sep 2009. CLIN 0001 P/N: 205-2207: GMA/AHGMA/SMA/AHSMA QTY 1 Each $______ CLIN 0002 to CLIN 0026 Belong to this Item CLIN 0002 P/N: 123-1360: Voicewrite Telephone Interface QTY 12 Each $_______S/N: 1578502, 1578503, 1578509, 1578586, 1578603, 5472112, 5472125, Z1578864, Z2098, Z2155, Z2172, Z2190 CLIN 0003 P/N: 123-1877: VW Laser Scanner III R/B 123-1878 QTY 29 Each $_______S/N: 394965, 394982, 398185, 398999, 399004, 399039, 450415, 450421, 708269, 708374, 708425, 708441, 708770, 708776, 708780, 708784, 709338, 709342, 709346, 709364, 709371, 709397, 709401, 709407, 709409, 709412, 758726, 758814, 7058788 CLIN 0004 P/N: 123-3420: DCS 8 Port Card QTY 6 Each $_______ CLIN 0005 P/N: 123-3440: DCS Switch Card QTY 1 Each $_______ CLIN 0006 P/N: 123-3430: DCS Card Module QTY 2 Each $_______ CLIN 0007 P/N: 421-1039: VW NT Database Software / 10 USR QTY 1 Each $_______ S/N: 10390510 CLIN 0008 P/N: 421-1040: 64 NT Voice Server S/W V2.3.0 QTY 1 Each $______ S/N: 10400628 CLIN 0009 P/N: 421-1054: HP 2Meter Rck Sys R/B 425-1048 QTY 1 Each $______ S/N: 15665 CLIN 0010 P/N: 421-1079: VW/OS NT LX 147 SRVR 333/64MB QTY 1 Each $______ S/N: 42104914 CLIN 0011 P/N: 421-1273: HPVLI P3/450 64MB R/B 425-1047 QTY 1 Each $______ S/N: 92205252 CLIN 0012 P/N: 421-1274: HPLC3 P3/500 R/B 425-1020 QTY 1 Each $______ S/N: 92707323 CLIN 0013 P/N: 421-1275: VQ/OS CONSOLE WIN 9X S/W QTY 1 Each $______ S/N: 12750487 CLIN 0014 P/N: 421-2057: 10 Base-T Hub W/Coax Port QTY 1 Each $_______CLIN 0015 P/N: 421-2066: 9 GB Hot Swap SCSI Drive QTY 3 Each $_______ CLIN 0016 P/N: 421-2080: 8 PORT DSP Card QTY 7 Each $______CLIN 0017 P/N: 421-2106: 9 GB SCSI Drive R/B 421-2122 QTY 2 Each $______ CLIN 0018 P/N: 421-2107: HP LCIII Rack Kit R/B 425-3031 QTY 1 Each $______ CLIN 0019 P/N: 421-2113: HPLC3 64MB ECC SDRAM UPGRADE QTY 1 Each $______ CLIN 0020 P/N: 421-2131: Voicewriter NT Port Software QTY 8 Each $______ CLIN 0021 P/N: 421-2157: HP 50 15 Monitor R/B 425-3033 QTY 1 Each $______ CLIN 0022 P/N: 421-2165: Voicewriter NT Port Software QTY 8 Each $______ CLIN 0023 P/N: 123-1300: Voicewriter STA R/B 123-1301 QTY 27 Each $______S/N: 60472, 60474, 60476, 60744, 60479, 60480, 60481, 60482, 60483, 60484, 60485, 60486, 60487, 60520, 60523, 60525, 60526, 60527, 60536, 60537, 60538, 60539, 60540, 60541, 60542, 60543, 60635 CLIN 0024 P/N: 123-1412: Voicewriter EX ST R/B 123-1413 QTY 5 Each $______ S/N: 73226, 74504, 93330, 93331, 101332 CLIN 0025 P/N: 123-1413: Voicewriter EX III Station W/BL QTY 1 Each $______ S/N: Z101331 CLIN 0026 After Hours Service Charge QTY 1 Each $______ Under the authority of FAR 13.106-1(b), sole source justification is based on MEDQUIST TRANSCRIPTIONS, LTD being the original equipment manufacturer and proprietor of the software and hardware parts; therefore, the only contractor that can provide service on the equipment. Contractor must be registered to the Central Contractor Registration (CCR) prior to award. The website address for CCR registration is www.ccr.gov Contractor MUST complete FAR 52.212-3, Offeror Representations and Certifications Commercial Items, when submitting a proposal. The website address is http://www.arnet.gov.SERVICE ADDRESS: Naval Medical Center, Radiology Department, 34800 Bob Wilson Drive, San Diego, CA. 92134The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-26. This acquisition incorporates the following FAR clauses: 52.204-7 Central Contractor Registration (APR 2008)52.212-1 Instruction to Offerors-Commercial Item (APR 2008) 52.212-3 Offeror Representations and Certification--Commercial Items (MAY 2008) 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2007)52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAR 2007)52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2006) 52.222-21 Prohibition Of Segregated Facilities (FEB 1999)52.222-26 Equal Opportunity (MAR 2002) 52.222-36 Affirmative Action For Workers With Disabilities (JUN 1998) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006)52.232-18 Availability of Funds (APR 1984)52.232-36 Payment by Third Party (MAY 1999)52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) 52.212-2, Evaluation Commercial Items (JAN 1999), the following factors shall be used to evaluate offers: 1) Technical capability, 2) Price. All responsible sources may submit a quote which shall be considered.52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984)52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification. (NOV 2007) All responsible sources may submit a quotation which shall be considered by the agency. STATEMENT OF WORKWITH NO LOANER OPTION 52.000-5001 LOCAL CLAUSE - NON-APPROVED NO LOANER OPTION - MEDICAL EQUIPMENT 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 Radiology Department, 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. THE CONTRACTOR SHALL PERFORM THE FOLLOWING FUNCTIONS: Perform service maintenance conforming to industry standards to: a.MedQuist, Inc.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/mechanica1 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 hours after telephone notification, to a monitored contractor emergency telephone number to be provided by the contractor to the Radiology Department, Naval Medical Center, San Diego 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 upon receipt of a written modification to this order.Notify the Radiology Department, Naval Medical Center, San Diego 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 Radiology Department, Naval Medical Center, San Diego authorizes such changes by written modification to this order.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 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 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 to do 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.FIELD SERVICE REPORTS: The contractor or his representative shall furnish to the Radiology Department, Naval Medical Center, San Diego, 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 NotifiedDate and Time ArrivalBCN (BAR CODE NUMBER), Type, serial # and model # of equipment Time spent repairing/servicing Description of malfunction General Description of replaced parts and service performedComments as to cause of malfunction FIELD SERVICE REPORTS ARE REQUIRED PRIOR TO APPROVAL OF ALL INVOICES 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. PREVENTIVE MAINTENANCEANDCORRECTIVE MAINTENANCESCHEDULESServices will be required based upon the following schedules: PREVENTIVE MAINTENANCE:Preventive Maintenance Inspections (PMIS) are required twice per fiscal year. Servicing and/or software upgrades will either be completed via mail, email, or by phone consultation. (Actual months of service to be designated by NMCSD Medical Repair Branch after contract award) CORRECTIVE MAINTENANCE Seven (7) days per week, 24 hour coverage. -End of Statement of Work-
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=57902b0fb3c743e0d660f0927e38c9db&tab=core&_cview=1)
- Record
- SN01615055-W 20080718/080716220151-8fb04f3e5aa52cb2ae267f0c9676dea0 (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 |