Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 11, 2012 FBO #3974
SOLICITATION NOTICE

J -- Service of Olympus Gastroscopes, Endoscopes, and Electronics

Notice Date
10/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
N00259 Naval Medical Center San Diego Material Management 34800 Bob Wilson Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025913T0011
 
Response Due
10/22/2012
 
Archive Date
11/6/2012
 
Point of Contact
Jasmine Adriano 619-532-5944
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is N00259-13-T-0011. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20061004. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acquisition.gov and www.acq.osd.mil. The NAICS code is 811219 and the Small Business Standard is $19.0. This is a 100% Small Business Set-Aside. Naval Medical Center San Diego requests responses from qualified sources capable of providing: 0001 Service for Olympus Gastroscope (22 OCT 2012- 30 SEP 2013) 1001 Option Year 1: Olympus Gastroscope (01 OCT 2013- 30 SEP 2014) 2001 Option Year 2: Olympus Gastroscope (01 OCT 2014-30 SEP 2015) STATEMENT OF WORK WITH NO LOANER OPTION 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 services, materials and equipment necessary for the repair/service of Olympus GI Video endoscopes and electronics by serial number: 1.PCF-Q180AL 2706925 2.PCF-Q180AL 2808340 3.PCF-Q180AL 2808580 4.PCF-160AL 2439519 5.PCF-160AL 2439523 6.GIF-H180 2704677 7.CV-180 7771354 8.CLV-180 7700739 9.OFP 2719519 Located at Naval Hospital Lemoore, California 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 & 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 through 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 to 48 hours after telephone notification, to a monitored contractor emergency telephone number to be provided by the contractor to Medical Repair Branch and Acquisition 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 part 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 any cause beyond his reasonable control including but not limited to, acts of Government, strikes, lockouts, fire, explosion, theft, riot, civil commotion, war, and malicious mischief of acts or acts of God. UTILITIES: The contractor may use Government utilities (electrical power, compressed air, and water) available and required for any service performed under this contract. The building engineer, to ensure compatibility with the Naval Hospital ™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. CONTRACTOR CHECK-IN/CHECK-OUT: The contractor of his representative is required to report to the Medical Repair Branch for Visitor Badges during the hours of 0730-2000 hours, Monday through Friday, prior to and upon completion of any service/repair performed. FIELD SERVICE REPORTS: The contractor or his representative shall furnish to: Biomed Repair at (559) 998-4280, 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 & Time Notified Date & Time Arrival BCN (Bar Code Number) 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 FIELD SERVICE REPORTS ARE REQUIRED TO APPROVAL OF ALL INVOICES. GOVERNMENT PERSONNEL: Naval Hospital employees will not perform maintenance or attempt repairs to equipment wile such equipment is under the purview of this contract unless agreed to in writing by the contractor. PARTS AND 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 one (1) 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 the 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 MAINTENANCE AND CORRECTIVE MAINTENANCE SCHEDULES Services will be required based upon the following schedules: PREVENTIVE MAINTENANCE GI Video Endoscopesx 2 PM inspections annually Electronicsx 2 PM inspections annually Period of performance is 22 October 2012- 30 September 2013 with two option years. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The follow FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors- Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications- Commercial Items; 52.212-4, Contract Terms and Conditions- Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. 52.204-10 Reporting Executive Compensation and First-Tier 52.219-6 Notice of Total Small Business Set Aside 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor ”Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification 52.222-51 Exception from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment ”Requirements 52.223-18 Contractor Policy to ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer ”Central Contractor Registration Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. Most clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications- Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 225-7001 Buy American Act and Balance of Payment Program and 252.232-7001 Electronic Submission of Payment Requests. 52.204-99 (Dev) System for Award Management Registration (Deviation) 52.232-99 (Dev) Providing Accelerated Payment to Small Business Subcontractors (Deviation) 52.217-8 Option to Extend Service 52.217-9 Option to Extend the Term of the Contract 52.211-6 Brand Name or Equal 52.217-5 Evaluation of Options This announcement will close at 10:00 AM, Pacific Standard Time on 22 October 2012. Contact Jasmine Adriano Lucht who can be reached at 619-532-5944 or email Jasmine.Adriano@navy.med.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote that shall be considered by the agency. See Numbered Note: 1 52.212-2, Evaluation- Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors- a combination of price, past performance, and small disadvantaged business participation. Technical and past performance, when combined, are the same as price. Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://sam.gov. All quotes shall include price(s), FOB point, a point contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet of specifications and requirements. The quoter shall submit, as part of its quote, information on previously performed contract or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contract listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote the Government and thus, may be an unsuccessful quote when compared to the responses of other quotes. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter ™s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contract that the Government feels are most relevant to the RFQ. 1.The proposed contract is 100% set aside for small business concerns.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025913T0011/listing.html)
 
Place of Performance
Address: Naval Hospital Lemoore
Zip Code: 937 Franklin Avenue, Lemoore, CA
 
Record
SN02910267-W 20121011/121009233815-1cf0f954d345b890a1f2f73ee81506e1 (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.