Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 13, 2020 SAM #6771
SOLICITATION NOTICE

J -- AUDIOLOGY EQUIPMENT PREVENTIVE MAINTENANCE

Notice Date
6/11/2020 11:12:33 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NAVAL HOSPITAL BREMERTON WA 98312-1898 USA
 
ZIP Code
98312-1898
 
Solicitation Number
N6809520Q0002
 
Response Due
6/18/2020 6:00:00 AM
 
Archive Date
07/03/2020
 
Point of Contact
MARY J GILMAN, Phone: 13604754307, Fax: 3604754688, Brian C. Mafnas, Phone: 3604754604
 
E-Mail Address
MARY.J.GILMAN2.CIV@MAIL.MIL, brianwilliam.c.mafnas.civ@mail.mil
(MARY.J.GILMAN2.CIV@MAIL.MIL, brianwilliam.c.mafnas.civ@mail.mil)
 
Description
NOTICE TO CONTRACTOR This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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.� The solicitation number is N6809520Q0002.� 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 2020-04. The North American Industry Classification System (NAICS) Code for this acquisition is 811219.� The size standard is 22,000,000. This solicitation is a Brand Name. It is the contractor's responsibility to be familiar with the applicable clauses and provisions.� It is the contractor�s responsibility to be familiar with the applicable clauses and provisions.� Naval Hospital Bremerton (NHB) requests responses from qualified sources capable of providing the following items that must meet the salient characteristics described below: Service Maintenance, base year plus four (3) option years CLIN 0001 Service Maintenance and Calibration Grason Stadler GSI AUDIOSTAR PRO ECN: 1=031834, 031835; SN: GS0075257, GS0076564 Location: NHB ENT CLINIC Grason Stadler ��GSI TYMPSTAR PRO ECN: 031833, 031832; SN: GS0075590, GS0075723 Location:� NHB ENT CLINIC Grason Stadler GSI CORI ECN: 031836; SN: G11004528 Location: NHB ENT CLINIC Grason Stadler BIOLOGIC SCOUT ECN: 026395; SN: 10G5966T Location: NHB ENT CLINIC Grason Stadler BIOLOGIC NAVIGATOR PRO ECN: 026395; SN: 10G05966T Location: NHB ENT CLINIC Grason Stadler GSI CORTI ECN: 028246, 028770; SN: G11002128, G11002741 Location: NHB 40B Grason Stadler GSI AUDIOSTAR PRO ECN: 031830; SN: GS0076447 Location: BRANCH HEALTH CLINIC PSNS Grason Stadler GSI TYMPSTAR PRO ECN: 031829; SN: GS0076979 Location: BRANCH HEALTH CLINIC PSNS Grason Stadler GSI CORI ECN: 031831; SN: G11004527 Location: BRANCH HEALTH CLINIC PSNS Grason Stadler GSI AUDERA ECN: 027819, SN: GS26417 Location: BRANCH HEALTH CLINIC PSNS Grason Stadler GSI AUDIOSTAR PRO ECN: 031828; SN: GS0076573 Location: BRANCH HEALTH CLINIC BANGOR Grason Stadler GSI TYMPSTAR PRO ECN: 031827; SN: GS0076415 Location: BRANCH HEALTH CLINIC BANGOR Grason Stadler GSI CORI ECN: 031828; SN: G1104520 Location: BRANCH HEALTH CLINIC BANGOR Grason Stadler GSI-38 ECN: 001268; SN: AS064210 Location: BRANCH HEALTH CLINIC BANGOR Grason Stadler MADSEN AURICAL ECN: 028527; SN: 006967 Location: BRANCH HEALTH CLINIC EVERETT Grason Stadler MADSEN OTOFLEX ECN: 028526; SN: 994084 Location: BRANCH HEALTH CLINIC EVERETT Grason Stadler GSI� AUDERA ECN: 027819; SN: GS26417 Location: BRANCH HEALTH CLINIC PSNS Grason Stadler GSI AUDIOSTAR PRO ECN: 031826; SN: GS0076573 Location: BRANCH HEALTH CLINIC BANGOR Grason Stadler �GSI TYMPSTAR� PRO ECN: 031833,031827; SN: GS0076415 Location:� BRANCH HEALTH CLINIC BANGOR Grason Stadler GSI CORI ECN: 031828; SN: G1104520 Location: BRANCH HEALTH CLINIC BANGOR Grason Stadler GSI-38 ECN: 001268; SN: AS064210 Location: BRANCH HEALTH CLINIC BANGOR Grason Stadler MADSEN AURICAL ECN: 028527; SN: 006967 Location: BRANCH HEALTH CLINIC EVERETT Grason Stadler MADSEN OTOFLEX ECN: 028526; SN: 994084 Location: BRANCH HEALTH CLINIC EVERETT Grason Stadler MADSEN OTOFLEX ECN: 028526; SN: 994084 Location: BRANCH HEALTH CLINIC EVERETT Grason Stadler MADSEN CAPELLA� 2 ECN: 028525; SN: 2189-1.2 Location: BRANCH HEALTH CLINIC EVERETT STATEMENT OF WORK Naval Hospital Bremerton � The contractor shall provide all services, materials and equipment necessary for the calibration/preventive maintenance of: � GSI Audiostar Pro SN: GS0075257 / ECN: 031834, GSI Audiostar Pro SN: GS0076564/ ECN: 031835, GSI Tympstar Pro SN: GS0075590/ ECN: 031833, GSI Tympstar Pro SN: GS0075723 / ECN: 031832, GSI Corti SN: GI1004528 ECN: 031836, Biologic Scout SN: 10G05966T ECN: 026395 and Biologic Navigator Pro SN: 10G05966T/ ECN: 026395 located at NH Bremerton ENT department. GSI Corti SN: GI1002128/ ECN: 028246, GSI Corti SN: GI1002741 ECN: 028770 located at NH Bremerton 4OB. GSI Audiostar Pro SN: GS0076447/ ECN: 031830, GSI Tympstar Pro SN: GS0076979/ ECN: 031829, GSI Corti SN: GI1004527/ ECN: 031831, GSI Audera SN: GS26417/ ECN: 027819 located at Branch Health Clinic PSNS. GSI Audiostar Pro SN: GS0076573/ ECN: 031826, GSI Tympstar Pro SN: GS0076415/ ECN: 031827, GSI Corti SN: GI1004520/ ECN: 031828, GSI-38 SN: AS064210/ ECN: 001268 located at Branch Health Clinic Bangor. Madsen Aurical SN: 006967/ ECN: 028527, Madsen Otoflex SN: 994084/ ECN: 028526, Madsen Capella 2 SN: 2189 - 1.2/ ECN: 028525 located at Branch Health Clinic Everett. � The scope of work performed under these specifications includes schedules calibration, travel, labor, customer care, and any documentation necessary on equipment listed, to assure continued operation at their designed efficiency and capacity. �Calibration� means any (a) modification and adjustment 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) shall be employed in the performance of any and all work performed under this contract. Upon request, contractor shall provide training certificates to the medical repair branch for verification. Make repairs to the extent necessary 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. Contractor shall perform all scheduled preventive maintenance as agreed upon during initial contact with the contract administrator. NHB CALIBRATION REQUIREMENTS: Provide only the work necessary to restore the equipment to a serviceable/operating condition by performing manufacturer approve calibration. When it is determined that extensive repairs and parts replacement are necessary, service must stop and the Medical Repair Branch must be notified before any additional services are completed not annotated in the original quote. Equipment improvements/modifications shall be made only upon Medical Repair Branch written approval and direction. 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 calibration equipment/tools required for the satisfactory execution of all services made. 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 NHB. Provide on-site support within 24 hours of notification by NHB personnel. 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: �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, Contractor shall maintain replacement repair parts and materials necessary to perform each repair or supply said parts and materials within 1 day. LABOR: �All compensation for labor 7:30 am � 5:00 pm 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 become necessary to be performed beyond 5:00 pm, NHB Biomedical Repair Division shall be notified prior to performance. Parts and materials: All compensation for parts and materials is included in contract price. CONTRACTOR CHECK-IN/CHECK-OUT:� Contractor is required to report to the Medical Repair Branch building 87 for signing in at the LOG BOOK during the hours of 7:30 am � 4:00 pm, Monday through Friday, prior to and upon completion of any service/repair performed. FIELD SERVICE REPORTS: Contractor send a completed field service report upon completion of work performed prior to checking out to usn.kitsap.navhospbremertonwa.list.biomed@mail.mil Delivery/Acceptance location: The service maintenance shall be performed at Naval Hospital Bremerton located at One Boone Road Bremerton, WA 98312. �FBO Destination: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.�� Granted access to Naval Base Kitsap Bangor must apply at least five (5) days in advance through the Base Authorization and Visit Request (BAVR) program.� Please be cognizant that your approval may take a few days.� You must first ensure that you have one of the following documents to present: Certified birth certificate (not a copy) Unexpired passport/passport card Alien registration/permanent resident card Enhanced Driver�s License Naturalization papers Consular Reports of Birth Born Abroad (CRBA) If showing document with no photo, you must also present state issued photo id Apply via the following link: https://www.bavr.cnic.navy.mil/ Click �Apply for New Badge� *Company/Command:�� You �MUST� put the name of your company, �NOT� the hospital. * Purpose of visit:� This block �MUST� include your hospital Point of Contact (POC) and their phone number. *Alien Reg number:� �����MUST� be entered.� Non-citizens� �MUST� input one of the following: �Permanent residence number (Tan Card) �Immigration card number (Green Card) Sponsor E-mail: �MUST� be: Jason.w.danford.mil@mail.mil Complete all red highlighted fields Under Work Information you shall select �Contractor� and �NBK Bangor� Ensure your reenter you�re the sponsor email and POC info Period of performance is 30 JUNE 2020-29 JUNE 2021.Plus three (3) options years 30 JUNE 2021-29 JUNE 2022.Option year 1 30 JUNE 2022-29 JUNE 2023.Option year 2 30 JUNE 2023-29 JUNE 2024.Option year 3 Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The follow FAR provision and clauses are applicable to this procurement: is acquisition incorporates by reference the following FAR provisions and clauses:� 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Jan 2017) Contractors are reminded to either include a completed copy of 52.212-3 and its ALT I with quotes, or alternatively, the provision can also be submitted at https://www.sam.gov.� 52.204-7 � System for Award Management (Oct 2018) 52.204-13 - System for Award Management Maintenance (Oct 2018) 52.212-4 � Contract Terms and Conditions -- Commercial Items (Jan 2017) 52.217-5 � Evaluation of Options (Jul 1990) 52.232-18 � Availability of Funds (Apr 1984) 52.232-40 � Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) Additional contract terms and conditions applicable to this procurement are:� 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.223-7008 Prohibition of Hexavalent Chromium (JUN 2013) 252.225-7000 Buy American--Balance of Payments Program Certificate�Basic (NOV 2014) 252.225-7001 Buy American and Balance of Payments Program (DEC 2016) 252.225-7035 Buy American--Free Trade Agreements--Balance of Payments Program Certificate�Basic (NOV 2014) 252.225-7036 Buy American�Free Trade Agreements--Balance of Payments Program�Basic (DEC 2016) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.232-7006 Wide Area WorkFlow Payment Instructions (DEC 2018) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.244-7000 Subcontracts for Commercial Items (JUN 2013) 252.246-7003 Notification of Potential Safety Issues (JUN 2013) 252.246-7008 Sources of Electronic Parts (OCT 2016) 252.247-7023 Transportation of Supplies by Sea�Basic (APR 2014) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) The following clauses incorporated by full text apply to the solicitation: The provision at FAR 52.212-1 applies to this acquisition. Addendum to FAR 52.212-1: FAR 52.212-1 is replaced in its entirety by this addendum: Instructions to Quoters�Commercial Items (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in the first paragraph of this combined synopsis/solicitation.� However, the small business size standard for a concern which submits a quotation in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations must be submitted as specified in the solicitation. As a minimum, quotations must show- (1) The solicitation number; (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the quoter; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) �Remit to� address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3( b ) for those representations and certifications that the quoter shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) Quotation must include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Reserved. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender�s request and expense, unless they are destroyed during testing. (e) Multiple quotations. Quoters are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. (f) Late submissions. (1) Quoters are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due. (2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (g) Issuance of purchase order. Quotations should contain the quoter�s best technical and price terms. The Contracting Officer may reject any or all quotations. The Contracting Officer may issue a purchase order to other than the quoter with the lowest priced quotation. After the evaluation of quotations, the Contracting Officer may negotiate final terms with one or more quoters of the Government�s choice before issuing any purchase order. The Contracting Officer will not negotiate with any quoters other than those of the Government�s choice and will not use the formal source selection procedures described in FAR part 15. (h) Multiple purchase orders. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1198a3c0dd23428db28780ce38c1a0c9/view)
 
Place of Performance
Address: Bremerton, WA 98312, USA
Zip Code: 98312
Country: USA
 
Record
SN05687171-F 20200613/200611230157 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.