|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1997 PSA#1917NAVAL MEDICAL CENTER (BCA), 34800 BOB WILSON DRIVE, SUITE 535, SAN
DIEGO, CA 92134-5191 J -- SERVICE MAINTENANCE ON CAROUSELS SOL N00259-97-Q-0122 DUE 091097
POC Purchasing Agent, SK2 J. ESTIOKO, (619)532-8115, Contracting
Officer, MIKE NYE, (619) 532-8088 This notice is provided on a sole
source basis, with intent to award a firm fixed price order with W.T.
Billard, Co. This is a combined synopsis/solicitation for commercial
items, prepared in accordance with the format FAR 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 N00259-97-Q-0122, is issued as a Request for
Quotations (RFQ). The solicitation document and incorporated provisions
and clauses are those in effect through FAC 90-46. The standard
industrial classification (SIC) code for this acquisition is 7699. The
order will be firm-fixed price, and will include a base year (01 Oct
97 through 30 Sep 98) and three option years (option year 1: 01 Oct 98
through 30 Sep 99; option year 2: 01 Oct 99 through 30 Sep 00; option
year 3: 01 Oct 00 through 30 Sep 01). Services to be provided are for
a total of 19 carousels located at the Naval Medical Center Bldg 1
Ground Floor San Diego, California 92134. All work to be performed in
accordance with the statement of work. STATEMENT OF WORK: This contract
to include all checks, adjustments, lubrication and calibration as
required to maintain Raymond Carousels listed, to include: operation of
truck, oil level in gear box, oil level in reservoir, all lubrication
points, electrical connections, all motors for brush wear and
condition, all contractors and switches, hardware for looseness,
hydraulic rams for damage/leakage, hydraulic fittings and hoses for oil
leakage, brakes and linkage adjustment and condition, brake fluid
levels, wheel condition and alignment, all chains-condition, free
movement of drive unit assembly, battery (water level and connector),
horn. Scheduled maintenance will be staggered. Service for the first
month will be seven (7) carousels, six (6) serviced the second month
and six (6) serviced the third month, for a total of nineteen (19)
carousels serviced a total of four (4) times each year. Maintenance
Inspection Definition: Four (4) scheduled preventive maintenance
inspections per year covering but not limited to the statement of work
outlined above by qualified technician. Service Hours: Corrective
maintenance inspections shall be performed seven (7) days per week, 24
hours per day. Service Ticket: All services performed under this
contract shall be accompanied with a service or acknowledgement of
service performed and shall contain the following minimum information:
name of contractor, purchase order number, date of call, itemized list
of service performed, model number, location, serial number and Navy PA
number, date service performed. Upon completion of work, contractor
shall report back to the respective supervisor with a service report.
Acceptance of Services(s) shall be indicated by signature and date on
the service slip after performance has been certified and any
exceptions noted.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 (electrical power, compressed air and water) that are
available and required for any services performed under this contract.
Contractor electrical equipment must be approved by the building
engineer to ensure compatibility with Naval Medical Center electrical
wiring and equipment. Access to Equipment: Contractor personnel shall
first report to the Naval Medical Center San Diego, Acquisitions
Division or their authorized duty representative prior to commencement
of any work under this contract. The contractor will be provided
reasonable access to all equipment which is to be serviced and utility
outlets required to service. The contractor will be free to start and
stop all primary equipment incidental to the operation of the
maintained equipment after permission is received from on duty hospital
personnel responsible for such equipment. Malfunction Reports: The
contractor shall furnish to the Naval Medical Center San Diego, Medical
Repair Division, a supply of forms which shall be used by the
Government to report data and time of notification and a description of
equipment malfunction. The contractor shall complete the Government
copy of this malfunction incident report by including the following:
date & time notified, date and time arrival, type,serial and model
number of equipment, time spent repairing/servicing, description of
malfunction, general description of replaced parts and service
performed, comments as to cause of malfunction. Contractor will notify
the Naval Medical Center San Diego, Acquisitions Division immediately
upon receipt of OEM or replacement parts/equipment safety recall
notices. Insure that original design and functional capabilities will
not be changed, modified or altered unless such changes are authorized
by the Naval Medical Center, San Diego, Acquisitions Division. Provide
suitable modern 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.
Insure that all work areas are properly cleaned of all
repair/maintenance work residual immediately after completion of
service call. Parts Availability: To ensure minimum downtime to
equipment, the contractor shall maintain replacement parts and
materials necessary to perform each task of supply said parts and
materials within one (1) day. Labor: All compensation for labor is
included in the contract price. Government Personnel: Naval Medical
Center employees will not perform maintenance or attempt repairs to
equipment which such equipment is under the purview of this contract
unless agreed to in writing by the contractor. Preventive Maintenance
and Corrective Maintenance Schedules: Services will be required based
upon the following schedules: Preventive Maintenance -- four (4) per
year, Corrective Maintenance -- seven (7) days per week, 24 hours per
day, one (1) hour response time. This acquisition incorporates the
following FAR clause: 52.212-1 INSTRUCTION TO OFFERORS-COMMERCIAL ITEMS
(Oct 95); 52.212-2 EVALUATION-COMMERCIAL ITEMS (Oct 95) is incorporated
by reference with the following addenda: in paragraph (a) the
government will evaluate proposals based on past performance, technical
capability and cost to the government. All other factors, when
combined, make up to 50 percent of evaluation factors as compared to
price; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL
ITEMS (Oct 95) must be completed and submitted along with the proposal
(a copy, if needed, can be obtained by contacting SK2 Estioko at (619
532-8115); in accordance with FAR 52.212-5 CONTRACT TERMS AND
CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE
ORDERS-COMMERCIAL ITEMS (Aug 96), the following clauses are hereby
incorporated by reference in paragraph (b): 52.222-26 EQUAL OPPORTUNITY
(E.O. 11246); 52.222-5 AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND
VIETNAM ERA VETERANS (38 U.S.C. 4212); 52.222-36 AFFIRMATIVE ACTION FOR
HANDICAPPED WORKERS (29 U.S.C. 793); 52.222-37 EMPLOYMENT REPORTS ON
SPECIAL DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA (38 U.S.C.
4212); 52.222-41 SERVICE CONTRACT ACT OF 1965, AS AMENDED (41 U.S.C.
351, ET SEQ); 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES
(29 U.S.C. 206 AND 41 U.S.C. 351, ET SEQ). Offers are due no later than
twenty (20) days from the date published (0234) Loren Data Corp. http://www.ld.com (SYN# 0077 19970826\J-0021.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|