Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2014 FBO #4671
SOLICITATION NOTICE

J -- Installation and De-Installation of Washer Disinfector - N0025914T0327

Notice Date
9/6/2014
 
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
N0025914T0327
 
Archive Date
10/1/2014
 
Point of Contact
Merlinda M Labaco, Phone: (619) 532-8122
 
E-Mail Address
merlinda.labaco@med.navy.mil
(merlinda.labaco@med.navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Installation and De-Installation of Washer Disinfector This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, using Simplified Acquisitions Procedures for commercial items found at FAR 13, 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 is N00259-14-T-0327. It is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. This is a 100% small business set aside action. The North American Industry Classification System (NAICS) Code for this acquisition is 811219. The size standard is $20.5M. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses and provisions may be accessed in full text at http://acquisition.gov/far and www.acq.osd.mil. The contractor shall provide service maintenance for the washer disinfector in accordance with the Statement of Work (SOW): CLIN 0001: Installation of Washer Disinfector; Model # WD290-09ME2; Serial # 994041035007; Quantity: 1; Unit of Issue: Each; Price: _______________; Extended Price: _______________ CLIN 0002: De-Installation of Washer Disinfector; Model # WD290-09ME2; Serial # 994041035007; Quantity: 1; Unit of Issue: Each; Price: _______________; Extended Price: _______________ CLIN 0003: Rebuilding Damaged Washer; Model # WD290-09ME2; Serial # 994041035007; Quantity: 1; Unit of Issue: Each; Price: _______________; Extended Price: _______________ STATEMENT OF WORK CAE ACCUTOUCH ENDOSCOPY SIMULATOR SERVICE MAINTENANCE GENERAL REQUIREMENTS: The effort required hereunder shall be performed in accordance with this Statement of Work and with all other terms and conditions set forth herein. SCOPE: The contractor is required to provide all services, materials and equipment necessary for the repair of BELIMED Washer Disinfector WD290-09ME2, ECN: 124164, Serial Number 994041035007 at Naval Medical Center, San Diego (NMCSD) to ensure dependable and reliable equipment operation; bring it up to 100% new operating condition per Belimed submitted Statement of Work. 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. Upon completion of the repair and reinstallation, extend a standard 1 year parts and labor warranty on this unit; also, warrantying the washer as a new unit. LOCATION: BIOSKILLS TRAININ G CENTER, Material Management BIOMED Repair Department, Building 1, Ground Floor, Room GD-18H, Naval Medical Center San Diego, 34800 BOB WILSON DRIVE, SAN DIEGO, CA. 92134-5000. NMCSD PREVENTATIVE MAINTENANCE REQUIREMENTS: a. Equipment requires quarterly preventative maintenance. 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 four (4) 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. Perform service repair to industry standards. f. 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 Material Management Department BIOMED division for verification. g. 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. h. Provide suitable OEM recommended repair equipment/tools required for the satisfactory execution of all repairs made. i. Furnish manufacturer OEM approved lubricants and lubricate wear points within the equipment. j. Extend to the Government all commercial warranties on replacement parts, consistent with standard industry inventory. k. Customer may receive replacement part per year while under warranty. 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 four (4) hours of notification by NMCSD Monday - Friday, 0800-1600. b. Provide on-site support within four (4) 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 four (4) 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 repair parts and materials necessary to perform each repair or supply said parts and materials within three (3) business days. 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: Parts and Supplies provided under this contract shall be new. EDUCATION: Will support any required training to the staff at NMCSD to support the proper use of this equipment. The training will be part of the contract and at no cost to NMCSD. 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 1300 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) __ ___ One (1) time per fiscal year _________________________________ _____ Two (2) times per fiscal year ________/___ _____ ___X_ Four (4) times per fiscal year: _FEB 2015_ / MAY 2015 / AUG 2015 / NOV 2015 REPAIR: (Check One) ___X___ Monday - Friday, 0800-1600 _______ Seven (7) days per week, 24-hour coverage NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011) (a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP). (b) NCACS guidance for Vendors/Contractors to obtain a pass is accessible through the following website: http://www.cnic.navy.mil/regions/cnrsw/installations/navbase_san_diego/om/force_protection/rapid_gate.html and popular links. For more information or to enroll in the NCACS Program call: 1.877.727.4342. For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653 (c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-76. This acquisition incorporates the following FAR clauses: 52.204-7 System for Award Management (JUL 2013) 52.204-13 System for Award Management Maintenance (JUL 2013) 52.212-1 Instruction to Offerors-Commercial Item (JUL 2013) 52.212-2 Evaluation - Commercial Items (JAN 1999) 52.212-3 Offeror Representations and Certification--Commercial Items (JUL 2013) 52.212-4 Contract Terms and Conditions--Commercial Items (JUL 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2013) 52.222-50 Combating Trafficking in Persons (FEB 2009) (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 (JULY 2010) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) (31 U.S.C., 6101 note) 52.219-28 Post Award Small Business Program Representation (APR 2012) 52.222-3 Convict Labor (JUN 2007) 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) 52.223-18 encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 252.225-7001 Buy American and Balance of Payments Program (JUN 2012) 252.225-7002 Qualifying Country Sources As Subcontractors (DEC 2012) 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) Quotations will be evaluated based on technical capability, past performance (provide references within three years of past performances related to washer disinfector service mainteance), 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 quotations FAR provision 52.212-3 Offeror Representations and Certifications - Commercial Items (JUL 2013). The provision can also be submitted at https://www.sam.gov. Contractor must be registered to the System for Award Management (SAM) prior to award. A nine digit Data Universal Numbering Systems (DUNS) number provided by Dun and Bradstreet is required to register. The website address for SAM registration is https://sam.gov Electronic submission of Quotes: Quotations shall be submitted electronically by email to merlinda.labaco@med.navy.mil. Email submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due before close of business on 16 September 2014, 9:00am Pacific Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025914T0327/listing.html)
 
Place of Performance
Address: Naval Medical Center San Diego, Biomed Repair, 34800 Bob Wilson Drive, San Diego, California, 92134, United States
Zip Code: 92134
 
Record
SN03499520-W 20140908/140906233523-8d2f2ede99cba3fe635cdd54c366d9bc (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.