Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2013 FBO #4067
SOLICITATION NOTICE

J -- VMAX Encore 229C Maintenance

Notice Date
1/10/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NH Bremerton, Code 074, Bremerton, Washington, 98312-1898
 
ZIP Code
98312-1898
 
Solicitation Number
N68095-13-T-5009
 
Archive Date
2/9/2013
 
Point of Contact
Scott B. Drader, Phone: 3604754570
 
E-Mail Address
scott.drader@med.navy.mil
(scott.drader@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Acquisitions Division, Naval Hospital Bremerton, Bremerton, WA, 98312 is announcing its intent to award a Firm Fixed Price contract on a sole source basis under the authority of FAR 13.106-1(b)(1)(i) for preventive maintenance service on the Respiratory Departments' VMAX Encore 229C System to CAREFUSION 211 INC, 22745 SAVI RANCH PKWY, YORBA LINDA, CA, 92887-4668 CAGE CODE 43GS6. The sole source justification is based on CareFusion does not train third party technicians and will not sale parts to third parties making them ipso facto the only source capable of performing the service. The NAICS code of this procurement is 811219 and the size standard is $19,000,000. This notice is neither a request for quotes nor a solicitation of offers; however, all responsible sources may submit a capability statement, proposal, or quote, which shall be considered by the agency; please have materials in by 5:00pm Pacific time on 25 Jan 2013. ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 2 Semiannual VMAX ENCORE 229C MAINTENANCE FFP PER STATMENT OF WORK PERFORM MAINTENANCE ON: S/N FST001324-A S/N 101158439 S/N FV3852 (ECN 0010044) FOB: Destination MILSTRIP: N689513RC03038 PURCHASE REQUEST NUMBER: N6809513RC03038 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 2 Semiannual OPTION VMAX ENCORE 229C MAINTENANCE FFP PER STATMENT OF WORK PERFORM MAINTENANCE ON: S/N FST001324-A S/N 101158439 S/N FV3852 (ECN 0010044) FOB: Destination MILSTRIP: N689513RC03038 PURCHASE REQUEST NUMBER: N6809513RC03038 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 2 Semiannual OPTION VMAX ENCORE 229C MAINTENANCE FFP PER STATMENT OF WORK PERFORM MAINTENANCE ON: S/N FST001324-A S/N 101158439 S/N FV3852 (ECN 0010044) FOB: Destination MILSTRIP: N689513RC03038 PURCHASE REQUEST NUMBER: N6809513RC03038 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 2 Semiannual OPTION VMAX ENCORE 229C MAINTENANCE FFP PER STATMENT OF WORK PERFORM MAINTENANCE ON: S/N FST001324-A S/N 101158439 S/N FV3852 (ECN 0010044) FOB: Destination MILSTRIP: N689513RC03038 PURCHASE REQUEST NUMBER: N6809513RC03038 NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 2 Semiannual OPTION VMAX ENCORE 229C MAINTENANCE FFP PER STATMENT OF WORK PERFORM MAINTENANCE ON: S/N FST001324-A S/N 101158439 S/N FV3852 (ECN 0010044) FOB: Destination MILSTRIP: N689513RC03038 PURCHASE REQUEST NUMBER: N6809513RC03038 NET AMT INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 POP 02-FEB-2013 TO 01-FEB-2014 N/A NAVAL HOSPITAL FRANK SANDOVAL MEDICAL WAREHOUSE ONE BOONE ROAD BREMERTON WA 98312-1898 360-475-4498 FOB: Destination N68095 0002 POP 02-FEB-2014 TO 01-FEB-2015 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination N68095 0003 POP 02-FEB-2015 TO 01-FEB-2016 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination N68095 0004 POP 02-FEB-2016 TO 01-FEB-2017 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination N68095 0005 POP 02-FEB-2017 TO 01-FEB-2018 N/A (SAME AS PREVIOUS LOCATION) FOB: Destination N68095 CLAUSES INCORPORATED BY REFERENCE 52.212-1 Instructions to Offerors--Commercial Items FEB 2012 52.212-3 Offeror Representations and Certification--Commercial Items DEC 2012 52.217-5 Evaluation Of Options JUL 1990 52.222-48 Exemption from Application of Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification FEB 2009 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.237-3 Continuity Of Services JAN 1991 252.209-7999 (Dev) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Deviation) JAN 2012 252.225-7000 Buy American--Balance Of Payments Program Certificate JUN 2012 CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (Contracting Officer shall insert the significant evaluation factors, such as (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); (iv) small disadvantaged business participation; and include them in the relative order of importance of the evaluation factors, such as in descending order of importance.) Technical and past performance, when combined, are. (Contracting Officer state, in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, when compared to price.) (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days of contract expiration. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of clause) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.arnet.gov www.acq.osd.mil (End of provision STATEMENT OF WORK 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. Carefusion shall provide all service replacement parts necessary for the repair/preventive maintenance of VMAX Encore Series 229C Serial Number FST001324-A (ECN 001044) located in the Respiratory Therapy Department Naval Hospital Bremerton (NHB), Bremerton, WA 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 conducted during the two (2) preventive maintenance checks, 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. NHB 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, Carefusion 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 and in compliance with federal, state and local regulations. • 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. • Carefusion shall perform two (2) scheduled preventive maintenance as agreed upon during initial Contact with the Contract Administrator. NHB REPAIR REQUIREMENTS: • NHB 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: Carefusion shall be responsible for its service related trip expenses including round trip travel, mileage, and overnight living expenses for the two (2) preventive maintenance checks. RESPONSE TIME: Carefusion shall use commercially reasonable efforts to: • Respond by telephone to any report of a malfunction requiring repair within two hours of notification by NHB. • Provide on-site support within 48 hours of notification by NHB personnel. TITLE TO EQUIPMENT: Carefusion shall not assume possession or control of any part of the equipment. The Government retains ownership to title thereof. LIABILITY: Carefusion 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: Carefusion 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 Hospital Bremerton's electrical wiring and equipment, must approve contractor electrical equipment. ACCESS TO EQUIPMENT: Carefusion 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: NHB 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, Carefusion shall maintain replacement repair parts and materials necessary to perform each repair or supply said parts and Materials within___1___ day. COMPENSATION: LABOR: All compensation for labor during the two (2) scheduled preventive maintenance checks (7:30am - 5:00pm Local PST Time) is included in the contract price. Any labor performed outside of this timeframe is not included in the contract pricing. If a service becomes necessary to be performed beyond 5:00pm, NHB Biomedical Repair Division shall be notified prior to performance. PARTS AND MATERIALS: All compensation for parts and materials is included in contract price for the period of performance. 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. CONTRACTOR CHECK-IN/CHECK-OUT: Carefusion is required to report to the Medical Repair Branch building 87 for signing in at the LOG BOOK during the hours of 7:30am - 16:00pm, Monday through Friday, prior to and upon completion of any service/repair performed. FIELD SERVICE REPORTS: Carefusion, at Check-In shall pick-up a Government Field Report (Form USNH Brem 6700/83)(7-05). Carefusion shall furnish to the Duty Staff or: Kevin Allen Service Contract Technical Support Naval Hospital Bremerton, Bremerton WA Biomedical Engineering Branch Building 87 Phone: (360) 475-4953 Fax: (360) 475-4132 E-mail: kevin.allen@med.navy.mil A completed Government Field Service Report (Form USNH Brem 6700/83) upon completion of work performed prior to checking-out. The contractor, or his representative, shall complete the Government Field Service Report (Form USNH Brem 6700/83) to include the following: • Contractor Name, Technician's Printed Name and Telephone Number, Signature • Date and Time of Arrival • ECN (Equipment Code Number) and Serial Number • Time expended repairing/servicing; Labor Hours, Rate, and Materials • Summary of work performed and accepted by end-user(Government Representative's Printed Name and Signature)   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 _______________________ ___X____ Two (2) times per fiscal year __To be Scheduled______ ________ 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: ______________________________________ Contractors performing maintenance services on government-owned equipment shall complete and return this FSR to the Duty Staff in the Med Repair Division. CONTRACTOR NAME: ____________________________________________ TECHNICIAN/TEL NO. _____________________________________________ CONTRACT NO: __________________________________________________ ECN: ___________________________ SN: __________________________ (Attach company FSR to this government form if necessary) EQUIPMENT NOMENCLATURE: ____________________________________ (Use continuation sheet if necessary)  REPAIR  PREVENTIVE MAINTENANCE WORK SUMMARY: ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ SERVICE START DATE: _____________ SERVICE END DATE: _____________ REPAIRS Only authorized government official shall approve all repairs to government-owned equipment prior to any repair work. Repair work performed by the contractor without this approval shall be processed as an unauthorized commitment. Repair Cost Estimate: Labor Hours: ____________________ Material Costs: __________________ Grand Total: ____________________ Labor Rate: _____________________ Services Accepted by Govt Representative: __________________________ _____________________ _________ PRINT NAME SIGNATURE DATE Invoices without field service reports may be delayed and/or rejected by the government. USNH BREM 6700/83 (7-05)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N68095/N68095-13-T-5009/listing.html)
 
Place of Performance
Address: NAVAL HOSPITAL BREMERTON, One Boone Road C/09MM, Bremerton, Washington, 98312, United States
Zip Code: 98312
 
Record
SN02962936-W 20130112/130110234244-04454b4b1701d473e363c88b6197a59b (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.