SOLICITATION NOTICE
J -- RT SERVICES
- Notice Date
- 7/27/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- N00259 NAVAL MEDICAL CENTER SAN DIEGO MATERIAL MANAGEMENT 34800 Bob Wilson Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0025911T0400
- Response Due
- 8/16/2011
- Archive Date
- 9/30/2012
- Point of Contact
- Rey de Vera 619-532-5564
- Small Business Set-Aside
- N/A
- Description
- 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 announcement constitutes only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00259-11-T-0400 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 423450; Size: 500. All interested bidders shall submit quotations electronically by email to reynaldo.devera@med.navy.mil or by facsimile at 619-532-5596, attention Rey de Vera. E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 16 August 2011, 04:00 PM Pacific Standard Time to be considered responsive. CLIN 0001 Service Package iPlan RT Application Art #: 82010-04 QTY 1 Ea $________ Period of Performance: 01 October 2011 thru 30 September 2012 CLIN 0002 Service Package Data Transfer Module Art #: 81000-05 QTY 2 Ea $________ Period of Performance: 01 October 2011 thru 30 September 2012 CLIN 0003 Service Package Exactrac X-ray 6D System Art #: 82020-07 QTY 1 Ea $________ Period of Performance: 01 October 2011 thru 30 September 2012 CLIN 0004 Service Package Exactrac Robotics Art #: 82020-03 QTY 1 Ea $________ Period of Performance: 01 October 2011 thru 30 September 2012 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.acquisition.gov. SERVICE ADDRESS: Naval Medical Center San Diego, 34800 Bob Wilson Drive, San Diego, CA 92134 The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-50 and DFAR 20110304. 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) 52.212-2 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. 52.212-3 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) 52.222.51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (NOV 2007) 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair or Certain Equipment Certification (FEB 2009) All responsible sources may submit a quotation which shall be considered by the agency. NOTE: THIS ORDER IS SUBJECT TO AVAILABILITY OF FY-2012 FUNDS. THE GOVERNMENT OBLIGATION MADE HEREUNDER IS CONTINGENT UPON THE ENACTMENT OF THE FY-2011 DOD APPROPRIATION ACT OR AN EXTENDED FY-2011 CONTINUING RESOLUTION ACT AND IS SUBJECT TO ALL PROVISIONS OF WHICHEVER ACT BECOMES APPLICABLE. AVAILABILITY OF FISCAL YEAR 2012 FUNDS. THE GOVERNMENT OBLIGATION MADE HEREUNDER IS CONTINGENT UPON THE ENACTMENT OF THE FISCAL YEAR 2012 APPROPRIATION ACT. THIS ORDER IS ISSUED SUBJECT TO THE 2012 DOD APPROPRIATION ACT OR AN EXTENDED FISCAL YEAR 2011 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. STATEMENT OF WORK MEDICAL EQUIPMENT SERVICE MAINTENANCE 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. Contractor shall provide all services, materials and equipment necessary for the repair/preventive maintenance of BRAINLAB Stereotactic Treatment Planning Software and Hardware located in the Radiation Oncology Department Naval Medical Center, San Diego (NMCSD)to ensure dependable and reliable equipment operation. The scope of work performed under these specifications includes the furnishing of all labor, and parts to perform all repairs on equipment listed, to assure continued operation at their designed efficiency and capacity. śRepair ť means any (a) modification, adjustment, or replacement of the hardware that corrects a malfunction by bringing the hardware into material conformity with the technical specifications for the hardware or (b) a procedure or routine that, when observed in the regular operation of the hardware, avoids the material adverse effect of the applicable nonconformity. NMCSD PREVENTIVE MAINTENANCE REQUIREMENTS: Perform service repair/preventive maintenance to industry standards. Ensure 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, Contractor shall provide training certificates (or notarized copies) to the Medical Repair Branch 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. Installation of system update changes to resolve specific product reliability problems. Hardware and software upgrades, defined as those changes that enhance or add product features, are not included. CONTRACTOR shall perform all scheduled preventive maintenance as agreed upon during initial Contact with the Contract Administrator. NMCSD REPAIR REQUIREMENTS: NMCSD Biomedical Engineering will provide the initial assessment. 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 Medical Repair Branch written approval and direction. 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 OEM 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. TRAVEL AND RELATED EXPENSES: CONTRACTOR shall be responsible for its service related trip expenses including round trip travel, mileage, and overnight living expenses. RESPONSE TIME: CONTRACTOR shall use commercially reasonable efforts to: Respond by telephone to any report of a malfunction requiring repair within one hour of notification by NMCSD. Provide on-site support within 24 hours of notification by NMCSD personnel. TITLE TO EQUIPMENT: CONTRACTOR shall not assume possession or control of any part of the equipment. The Government retains ownership to title thereof. LIABILITY: 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: CONTRACTOR may use Government utilities, (e.g., electrical power, compressed air, and water) which are 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: 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. 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 equipment downtime, CONTRACTOR shall maintain replacement repair parts and materials necessary to perform each repair or supply said parts and Materials within_1 business day. LABOR: All compensation for labor (0800 - 1700 Local PST Time) is included in the contract price. Any labor performed outside of this timeframe is not included in the contract pricing. If services becomes necessary to be performed beyond 1700, NMCSD Biomedical Repair Division shall be notified prior to performance. 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 new. CONTRACTOR CHECK-IN/CHECK-OUT: CONTRACTOR is required to report to the Medical Repair Branch for Visitor Badges during the hours of 0800 “ 1700, Monday through Friday, prior to and upon completion of any service/repair performed. SECURITY REQUIREMENTS: Contractor will be required to contact the Medical Repair Branch at (619) 532-8010 to submit the required information to complete the NMCSD Security Pass Form by 1400 the day prior to the scheduled visit. In the case of emergent repairs/service, the contractor will wait at the main gate for an escort from Medical Repair Branch personnel. FIELD SERVICE REPORTS: Contractor shall furnish a written or electronic vendor supplied Field Service Report (FSR) to the Duty Staff at: Naval Medical Center, San Diego Bio Medical Repair Building 1, Ground Floor, Room GD-18H1 Phone: 619-532-8010 Fax: 619-532-8013 Or electronically at: ca@med.navy.mil The contractor, or his representative, shall complete the vendor supplied Field Service Report to include the following: Contractor Name Technician's Printed Name, Telephone Number and Signature Date and Time of Arrival ECN (Equipment Code Number) and Serial Number Time Expended Repairing/Service; Labor Hours, Rate and Materials Summary of Work Performed and Accepted by End-User (Government Representative's Printed Name and Signature) All Field Service Reports shall be submitted within 72 hours of completion of service. COMPLETED FIELD SERVICE REPORTS ARE REQUIRED PRIOR TO ACCEPTANCE OF ANY INVOICE PREVENTIVE MAINTENANCE AND REPAIR SERVICES SCHEDULES SERVICES SHALL BE REQUIRED BASED UPON THE FOLLOWING AGREED SCHEDULES: PREVENTIVE MAINTENANCE: (Check One) __ ___One (1) time per fiscal year__________ __ ___Two (2) times per fiscal year __________ ________ __X ___Four (4) times per fiscal year_____/_____/_____/_____ REPAIR: (Check One) __X ___Monday - Friday, 0800-1700 hrs. __ ___Seven (7) days per week, 24-hour coverage CONTRACTOR POINT OF CONTACT (POC): __________________________________________ (Contractor/Dispatcher/Customer Service) Telephone Number: __________________________FAX : _____________________ E-Mail: ______________________________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025911T0400/listing.html)
- Record
- SN02512333-W 20110729/110727235148-dbaf448c12dc7676522ea5196f3a3794 (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 |