SOLICITATION NOTICE
J -- Service maintenance of Excimer laser model CVX-300. Base year plu two option years
- Notice Date
- 11/21/2012
- 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
- N0025913T0083
- Response Due
- 11/30/2012
- Archive Date
- 12/31/2012
- Point of Contact
- Nick Delosreyes 619-532-5289
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested. A written solicitation will not be issued. Paper copies of the solicitation will not be available. The solicitation number is N00259-13-T-0083. It is issued for reference only. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-61 It is the contractors responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisition.gov and www.acq.osd.mil. This is a100 % small business set-aside solicitation. The NAICS code is 811219 and the S/B size standard is $19.0 million. The contractor shall provide: CLIN 0001: Base Year: On-site service maintenance of Government owned EXCIMER LASER SYSTEM including all parts, labor, and transportation in accordance with the statement of work. MODEL: CVX-300, Serial Number: 80800, ECN: 109834. Qty: 0012, U/I: Month, Unit Price: _________, Extended Price. ____________. Period of Performance: 01 December 2012 30 November 2013. CLIN 1001: Option Year One: On-site service maintenance of Government owned EXCIMER LASER SYSTEM including all parts, labor, and transportation in accordance with the statement of work. MODEL: CVX-300, Serial Number: 80800, ECN: 109834. Qty: 0012, U/I: Month, Unit Price: _________, Extended Price. ____________. Period of Performance: 01 December 2013 30 November 2014. CLIN 2001: Option Year Two: On-site service maintenance of Government owned EXCIMER LASER SYSTEM including all parts, labor, and transportation in accordance with the statement of work. MODEL: CVX-300, Serial Number: 80800, ECN: 109834. Qty: 0012, U/I: Month, Unit Price: _________, Extended Price. ____________. Period of Performance: 01 December 2014 30 November 2015. 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. ________________ shall provide all services, materials and equipment necessary for the repair/preventive maintenance of laser excimer ECN: 109834 located in ANGIO suite in the Radiology 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. Repair 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 Medical System 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, Monday Friday 0800-1700. Provide on-site support within 1 business day 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 through 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. SECURITY REQUIREMENTS: Contractor will be required to acquire a RAPID GATE PASS. In the case of emergent repairs/service, the contractor will wait at the main gate for an escort from Medical Repair Branch personnel. 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. 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) __ X___One (1) time per fiscal yearSEPTEMBER 2013_________ __ ___Two (2) times per fiscal year __________ ________ __ ___Four (4) times per fiscal year_____/_____/_____/_____ REPAIR: (Check One) __X ___Monday - Friday, 0800-1700 hrs. _______Seven (7) days per week, 24-hour coverage Emergency Dept X-ray unit 24/7 Service Maintenance coverage; ECN: 32500 CONTRACTOR POINT OF CONTACT (POC): __________________________________________ (Contractor/Dispatcher/Customer Service) Telephone Number: __________________________FAX : _____________________ E-Mail: ______________________________________ This solicitation incorporates the following FAR and DFARS Clauses/Provisions: 52.204-99 System for Award Management Registration (Deviation) (AUG 2012) 52.212-1 Instruction to Offerors-Commercial Items (FEB 2012) 52.212-3 Offeror Representations and Certifications-Commercial Items (APR 2012) 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2012) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive orders-Commercial Items (MAY 2012) 52.222-50 Combating Trafficking in Persons (FEB 2012) (22 U.S.C. 7104(g) 52.233-3 Protest after Award (Aug 1996) (31 U.S.C. 3553) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) (Pub.L. 108-77, 108-78) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) (Pub L. 109-282) (31 U.S.C. 6101 note) 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) 52.219-28 Post Award Small Business Program Representation (Apr 2012) (15 U.S.C. 632(a)(2) 52.222-3 Convict Labor (June 2003) (E.O. 11755) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126, 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (Mar 2007)) (E.O. 11246) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C 793) 52.223-18 Contractor Policy To Ban Text Messaging While Driving (Aug 2011) )E.O. 13513 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of Treasury) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31U.S.C. 3332) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.217-8 Option to Extend Services (Nov 1999) 52.217-7 Evaluation of Options (Jul 1990) 52.232-99 (Dev) Providing Accelerated Payment to Small Business Subcontractors (deviation) (Aug 2012) 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Equipment Certification (FEB 2009) 52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Equipment Requirements (NOV 2007) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 252.225-7002 Qualifying Country Sources as Subcontractors (Jun 2012) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 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 (Jun 2012) NMCAR Subpart 5237.102 Service Contracts General Quotations will be evaluated based on Technical capability, past performance, and price. Technical capability and past performance when combined are more important than price. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provisions 52.212-3 Offeror Representations and Certifications-Commercial Items and 52.222-48 Exemption from Application of Service Contract Act Provisions-Contractor Certification. The provisions can also be submitted to www.sam.gov. Contractor must be registered to the System for Award Management Registration (SAM) prior to award. A nine digit Data Universal Numbering System (DUNS) number provided by Dun and Bradstreet is required to register. The website address for SAM registration is www.sam.gov. Electronic submission of Quotes: Quotations shall be submitted electronically by email to nick.delosreyes@med.navy.mil or by facsimile at 619-532-5596, Attention: Nick D. Delosreyes. Email submissions are limited to 2MB. The submitter should confirm receipt of facisimile and email submissions. Quotations are due before close of business on 30 November 2012, 12:00PM Local time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025913T0083/listing.html)
- Record
- SN02935601-W 20121123/121121234203-c334329d9f7416c626c3230ef2ec3b5c (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 |