SOLICITATION NOTICE
J -- Service Maintenance and Full Replacements of equipment and parts.
- Notice Date
- 2/26/2014
- 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
- N0025914T0088
- Response Due
- 3/25/2014
- Archive Date
- 4/5/2014
- Point of Contact
- Joseph Bancod 619-532-6165
- E-Mail Address
-
Contract Specialist
(joseph.bancod@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The proposed contract action is for Service Maintenance and Full Replacements of equipment and parts, which the Naval Medical Center San Diego intends to solicit this requirement on a sole source basis to Stryker Corporation 5900 Optical Court San Jose, CA 95138 under the authority of Far 13.106-1(b)(1). This is a solicitation 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, N00259-14-T-0088 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 811219. Size $19.0 All interested bidders shall submit quotations electronically by email to Joseph.Bancod@med.navy.mil or by facsimile at 619-532-5596, attention Joseph Bancod. E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 25th March 2014, 08:00AM Pacific Standard Time to be considered responsive. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by closing date will be considered by the government. A determination of the government not to compete this proposed contract based upon the responses to this notice is solely within the discretion of the government. Contractor must be registered to the SAM prior to award. The website address for SAM registration is www.sam.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. DELIVERY ADDRESS: Naval Medical Center, 34800 Bob Wilson Drive, San Diego, CA. 92134 It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisitions.gov and or www.asq.osd.mil. The attached solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-72: 52.204-7 Central Contractor Registration (FEB 2012) 52.204-13 System for Award Management Maintenance(JULY 2013) 52.209-6 Protecting the Government ™s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment. 52.212-1 Instruction to Offerors-Commercial Item (FEB 2012) 52.212-2, Evaluation “ Commercial Items (JAN 1999), (i) Technical capability of the item offered to meet the Government requirement; (ii) Delivery; (iii) Price; Technical and Delivery when combined are more important than price. The following factors shall be used to evaluate offers in descending order of importance: FACTOR 1: Technical Capability defined as the contractor ™s ability to have the basic knowledge, experience, and necessary to provide the requested Brand new (Not refurbished) OEM replacement within a 24 hour period and provide the required services for the government ™s requirements as stated in the Performance Work Statement. FACTOR 2: Delivery defined as the contractor ™s ability to meet the government ™s delivery of Brand New(Not refurbished)OEM replacement parts and equipment within 24 hour period as stated in the Performance Work Statement. FACTOR 3: Price The government shall conduct a price evaluation of all technically acceptable offers with satisfactory meeting the government ™s delivery schedule requirement. Contractors who do not meet the first 2 factors WILL NOT undergo a price evaluation. 52.212-3 Offeror Representations and Certification--Commercial Items (MAR 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 (MAR 2012) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (MAR 2012) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.204-7004 Alternate A, Central Contractor Registration (SEP 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2012) 252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (OCT 2012) CLIN 0001: Full Service repair and full replacement parts, preventive maintenance support. Unit of Issue GP QTY 12 Unit Price $_______________. Extended Price $___________________________________. Period of Performance 01 April 2014-30 March 2015. PERFORMANCE WORK STATEMENT FOR REPLACEMENT MAINTENANCE SERVICE FOR STRYKER LAPAROSCOPIC SCOPES 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. SCOPE: The contractor is required to provide all services, materials and equipment necessary for the replacement of STRYKER LAPAROSCOPIC SCOPES (See attached list on the last page) located in the Main Operating Room at 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 to replace said listed equipment, thus assuring continued operation at their designed efficiency and capacity. The contractor is required to cover service to replace equipment beyond their normal wear and tear. LOCATION: Main Operating Room, Building 1, 4th Floor, Naval Medical Center San Diego, 34800 BOB WILSON DRIVE, SAN DIEGO, CA. 92134-5000. NMCSD PREVENTIVE MAINTENANCE REQUIREMENTS: a. Perform service replacement maintenance to industry standards. b. Ensure that only FULLY QUALIFIED FIELD ENGINEERS and TECHNICIANS, who have gone through original equipment manufacturer (OEM) 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 Material Management Department BIOMED division for verification. c. Make repairs in terms of replacement to the extent necessary (as determined by inspection tests or disassembly) to ensure a functional system that will efficiently serve its intended purpose. NMCSD CORRECTIVE MAINTENANCE REQUIREMENTS: a. Correct inoperable condition in a timely manner. Immediately upon contract award, the contractor will provide Material Management Department BIOMED division, Naval Medical Center San Diego, an emergency telephone number. Contractor will respond no later than two (2) hours after telephone notification Monday-Friday, hours of 0800 “1600. b. 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. c. Equipment improvements/modifications shall be made only upon Material Management Department, Biomed Repair Department written approval and direction. d. Notify the Material Management Department, Naval Medical Center San Diego, Biomed Repair Department immediately upon receipt of OEM or replacement parts/equipment safety recalls notices. e. Insure that original design and functional capabilities will not be changed, modified, or altered unless the Material Management Department, Biomed Repair Department, Naval Medical Center, San Diego authorizes such changes in writing. f. Provide suitable OEM replacement of equipment. g. Furnish manufacturer OEM approved lubricants and lubricate wear points within the equipment. h. Extend to the Government all commercial warranties on replacement parts, consistent with standard industry inventory. 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: a. Respond by telephone to any report of a malfunction requiring repair within two (2) hours of notification by NMCSD Monday “ Friday, 0800-1600. b. Provide on-site support within one (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: 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, (e.g., electrical power, compressed air, and water) that 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. SHIPMENT: The contractor shall not exceed two (2) business days of shipment for all equipment coming from and going to Material Management Department, Biomed Repair Department, Naval Medical Center San Diego. 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 parts and materials necessary to attain full functionality of said equipment within 24 hours. Vendor will provide all necessary tools and equipments to comply with NMCSD and Naval Facilities Engineering Command (NAVFAC) requirement. Requirements to include: lifts, ladders, infectious control units, collection and disposing of hazmat, energizing, and de-energizing circuits, as well as coordinating the scheduling and planning process with the facility managers and Main Operating Room management staff. b. Contractor shall provide replacement within 24 hours. c. Contractor shall have access to a high capacity of inventory on-hand that enables the contractor to provide quick and efficient overnight turn around. LABOR: All compensation for labor from the hours of 0800-1600. Local PST Time is included in the contract price. Any labor performed outside of this timeframe is not included in the contract pricing. If service becomes necessary to be performed between 1600-0800, 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: Replacement units provided under this contract MUST BE NEW, UNUSED, AND NON-REFURBISHED. 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. CONTRACTOR CHECK-IN/CHECK-OUT: Contractor is required to report to the Material Management Department, Biomed Repair Department, Build 1, Ground Floor, Room GD-18H1 Naval Medical Center San Diego, for Visitor Badges during the hours of 0800-1600, 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 SERVICE SCHEDULES SERVICES SHALL BE REQUIRED BASED UPON THE FOLLOWING AGREED SCHEDULES: PREVENTIVE MAINTENANCE: (Check One) ___X___One (1) time per fiscal year_____April_____________ _______Two (2) times per fiscal year: _______Four (4) times per fiscal year: REPAIR: (Check One) ___X___Monday - Friday, 0800-1600 _______Seven (7) days per week, 24-hour coverage 10 MM 30 degree 0 degree 0 degree 650721405126422870 803455390000422846 425550 409478806115581333 657462645949517549 415728577664723665 435561557747649329 654367617594806096 435362645930475033 658508587566 435551806171 432748404933 654340794637 803457845937 803842798188 435573517329 528643 472572 803455 435532 389865 5MM 30 degree 0 degree 0 degree 435526476353780949 628401467653782330 634621780975 805476655944 471342784383 435907784405 471332434315 808196476428 435976467809 634677434429 431392434319 841141476354 808209805495 634663641146 431392641105 4MM 30 degree 618004 466710 732080 616916 594706 643322 584722 649957 629391 702223 523115 2.3 MM 30 degree 70 degree 697595373846 678560 666439 615899 1.9 MM 30 degree 703725 2.9 MM 802614 802618 705744 705736 713057
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025914T0088/listing.html)
- Place of Performance
- Address: NAVAL MEDICAL CENTER SAN DIEGO
- Zip Code: 34800 BOB WILSON DRIVE, SAN DIEGO, CA
- Zip Code: 34800 BOB WILSON DRIVE, SAN DIEGO, CA
- Record
- SN03297468-W 20140228/140226234655-de6b25f59850c3ca95c0c54e6c40b582 (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 |