SOLICITATION NOTICE
65 -- Sakura Coverslipper MSA
- Notice Date
- 8/26/2014
- 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, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
- ZIP Code
- 92134-5000
- Solicitation Number
- N00259-14-T-0250
- Archive Date
- 9/27/2014
- Point of Contact
- Kevin W. Knapp, Phone: 6195325944
- E-Mail Address
-
kevin.knapp@med.navy.mil
(kevin.knapp@med.navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SOLICITATION/SYNOPSIS for commercial items. This Solicitation/Synopsis was prepared in accordance with the format in FAR subpart 12.6, using simplified acquisition procedures as provided for in FAR 13.106, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number N00259-14-T-0250 is issued as a request for quotation (RFQ). All questions regarding this solicitation must be submitted electronically to the referenced POC by 08 September 2014 at 08:00 AM Pacific Daylight Time. The closing date is 12 September 2014 @ 8:00 a.m. Pacific Daylight Time. POC: Kevin W. Knapp Purchasing Agent 619-532-5944, Kevin.Knapp@med.navy.mil. This solicitation document, and incorporated provisions and clauses, are those in effect through FAC 2005-73 April 29, 2014. 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.acq.osd.mil/dpap/dars/dfars/index; www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 811219; Size: 500. DELIVERY ADDRESS: Naval Medical Center, 34800 Bob Wilson Drive, San Diego, CA. 92134Naval Medical Center San Diego requests responses from qualified sources capable of providing the following items: CLIN 0001: Maintenance Service Agreement for Sakura Coverslipper Base Year Performed in accordance with the attached Statement of Work Unit of Issue EA QTY 100 $________________. CLIN 1001: Maintenance Service Agreement for Sakura Coverslipper Option Year One Performed in accordance with the attached Statement of Work Unit of Issue EA QTY 100 $________________. CLIN 1002: Maintenance Service Agreement for Sakura Coverslipper Option Year Two Performed in accordance with the attached Statement of Work Unit of Issue EA QTY 100 $________________. CLIN 1003: Maintenance Service Agreement for Sakura Coverslipper Option Year Three Performed in accordance with the attached Statement of Work Unit of Issue EA QTY 100 $________________. CLIN 1004: Maintenance Service Agreement for Sakura Coverslipper Option Year Four Performed in accordance with the attached Statement of Work Unit of Issue EA QTY 100 $________________. 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 Sakura Film Coverslipper/4740 ECN: 041518 Serial #: 4700367 located in the Cytology Division, Laboratory 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 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__ day. COMPENSATION: LABOR: All compensation for labor 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 services becomes necessary to be performed beyond 5:00pm, 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 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: Contractor is required to report to the Medical Repair Branch for Visitor Badges during the hours of 7:30am - 5:00pm, Monday through Friday, prior to and upon completion of any service/repair performed. FIELD SERVICE REPORTS: Contractor, at Check-In shall pick-up a Government Field Report (Form NMCSD 6700/83)(7-05). Contractor, shall furnish to the Duty Staff or: Contract Administrator Naval Medical Center, San Diego Biomedical Engineering Branch Building 1, Ground Floor, Room GD-18H1 Phone: (619) 532-5191 Fax: (619) 532-8013 E-mail: ca@med.navy.mil a completed Government Field Service Report (NMCSD 6700/83) upon completion of work performed prior to checking-out. The contractor, or his representative, shall complete the Government Field Service Report (NMCSD 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) __ X___ One (1) time per fiscal year _DECEMBER __ ___ 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 CONTRACTOR POINT OF CONTACT (POC): (Contractor/Dispatcher/Customer Service) Telephone Number: FAX : E-Mail: Contractor must be registered to the System for Award Management (SAM) prior to award. The website address for SAM registration is http://www.sam.gov. Contractor SHALL complete FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, when submitting a proposal. The website address is http://www.acq.osd.mil. 52.204-7 Central Contractor Registration (DEC 2012) 52.204-13 Central Contractor Registration Maintenance (DEC 2012) 52.212-1 Instruction to Offerors-Commercial Item(FEB 2012) 52.212-3 Offeror Representations and Certification Items(MAR 2012) 52.212-2 Evaluation- Commercial Items (JAN 1999). 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. Evaluation factors in descending order of importance: 1) Technical Capability, 2) Past Performance, and 3) Price. Factor One: Technical Capability defined as the ability of the products to meet the salient characteristics needed. Factor Two: : Past Performance Provide three (3) references with the Point of contact, telephone number, address, contract numbers, addressing that you have provided the same services within the last 3 years. Factor Three: Price, the government shall conduct a price evaluation of all technically acceptable offers with acceptable delivery schedules. Technical capability and delivery schedule, when combined, are significant evaluation factors that will be most advantageous to the Government. Contractors who do not meet both of the first two factors will not undergo a price evaluation. 52.212-4 Contract Terms and Conditions-Commercial Items(FEB 2012) 52.212-5 Contract and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAR 2012). 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Award (FEB 2012) $25k and above 52.219-28 Post Award Small Business Program Representation (April 2012) 52.222-3 Convict Labor (JUN 2007). 52.222-19 Child Labor-Cooperation with Authorities and Remedies (MAR 2012) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010). 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-18 Availability of Funds (APR 1984) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31U.S.C. 3332). 52.252-2 Clauses Incorporated By Reference (FEB 1998). 52.252-1 Solicitation Provision 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). 252.225-7001 Buy American and Balance of Payment Program (DEC 2012). 252.232-7003 Electronic Submission of Payment Request (MAR 2007). 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003). Availability of Fiscal Year 2015 Funds. The government obligation made hereunder is contingent upon the enactment of the fiscal year 2015 appropriation act. This order is issued subject to the 2015 DOD appropriation act or an extended fiscal year 2014 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-14-T-0250/listing.html)
- Place of Performance
- Address: Naval Medical Center San Diego, 34800 Bob Wilson Drive, San Diego, California, 92134, United States
- Zip Code: 92134
- Zip Code: 92134
- Record
- SN03481751-W 20140828/140827000111-7d72686a6d54cccea2514994ef860aee (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 |