Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 7, 2001 PSA #2783
SOLICITATIONS

J -- MAINTENANCE OF FLUOROSCOPE

Notice Date
February 5, 2001
Contracting Office
FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. 2B, Philadelphia, PA 19111-5083
ZIP Code
19111-5083
Solicitation Number
N00140-01-Q-1261
Response Due
February 20, 2001
Point of Contact
Point of Contact, Rhoda J. Meyer, Contract Specialist , (215) 697-9694, K. Sweetra, Contracting Officer, (215) 697-9690.
E-Mail Address
Click here to contact the Bid Officer (synopsis@phil.fisc.navy.mil)
Description
This is a COMBINED SYNOPSIS/REQUEST FOR QUOTE 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 the only RFQ; a written RFQ will not be issued. PAPER COPIES OF THIS RFQ WILL NOT BE AVAILABLE. The RFQ number is N00140-01-Q-1261. The RFQ document and incorporated provisions and clauses are those in effect through FAC 22. 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.arnet.gov/far and www.dtic.mil/dfars . The NAIC Code is 811219, and the Small Business standard is $5 M. This procurement will be solicited on a full and open competitive basis, using FAR Subpart 13.5 test program procedures. FISC Norfolk Detachment Philadelphia intends to acquire maintenance of a Siemen's Sireskop SX/Fluorospot,! located at ! the Radiology Department, Bldg. 200-H, Naval Hospital Great Lakes, IL Great Lakes, IL. Award of a firm fixed price purchase order is anticipated. Resultant order will be for a three month base period of performance with 4 one-year option provisions. The period of performance for the base period and each option are as follows: BASE: 01 July 01 through 30 Sep 01; OPTION I: 01 Oct 01 through 30 Sep 02; OPTION II: 01 Oct 02 through 30 Sep 03; OPTION III: 01 Oct 03 through 30 Sep 04. OPTION IV: 01 Oct 04 through 30 Sep 05. The Schedule of Services is as follows: Offerors shall provide a unit price and extended price for each CLIN. Lot I -- Base Period includes: CLIN 0001 for Maintenance of the Sireskop Sx/Fluorospot System, QTY: 03, UNIT: MO and Lot II -- First Option Period includes CLIN 0002, QTY: 12, UNIT: MO Lot III -- Second Option Period includes CLIN 0003 that is identical to 0002. Lot IV -- Third Option Period includes CLIN 00! 04 that is identical to 00! 02. Lot V -- Fourth Option Period includes CLIN 0005 that is identical to 0002. The Contractor's Service Person Shall: Check-in with the Biomedical Repair Division before the performance of any Contract Specification; LOCATION: Biomedical Repair Division Naval Hospital, Bldg. 200-H, Basement Great Lakes, IL 60088, Phone (847)688-2300; Check out with the Biomedical Repair Division upon completion of service; Furnish the Biomedical Repair Division with a copy of a service report which includes the following information: Identifying Data -- especially the Hospital BARCORD NUMBERS, Description of malfunction upon arrival, All services performed, All parts replaced/ordered, Follow-up information (i.e. parts on order, expected completion date, status of operation etc.); Report, in writing, all discrepancies noted which are suspect of operator error, abuse or neglect; Receive ADVANCE approval prior to performing any services! that are not covered under existing con! tract specifications. Maintenance is to be rendered at the machine's current location. Service shall cover all parts and labor including all Glassware -- Image Intensifier, X-Ray tubes, Video Pick up tube and Monitor CRT's. All service and preventative maintenance shall be performed during normal working hours of 8:00 AM -- 5:00 PM CST Monday through Friday, exclusive of Federal Holidays. The equipment shall receive two preventative maintenance inspections during each period of performance. Each preventative maintenance inspection shall include the following as a minimum: a)visual inspection of each unit; b) check operation of all controls, lights and indicators and calibrate as necessary; c) check condition of all cable and hose connections and perform corrective action as necessary; and d) lubricate as necessary. Corrective maintenance shall include the following as a minimum: a) written determinati! on of the cause of the problem; b) repair or replace a! nd calibrate equipment as authorized by the Naval Hospital Great Lakes; and c) return each piece of equipment to fully operational status. The contractor shall respond to the initial trouble call by telephone no later than the close of business (5:00 PM) on the same day that the call was placed. Unless otherwise specified, on-site response time shall be within 24 hours after initial trouble call was answered. Replacement parts shall be furnished in exchange for the parts being replaced. Component parts, assemblies or subassemblies shall be replaced with new or refurbished items at the contractor's option. Refurbished items shall carry the same warranty, if any, applicable to similar new components. Services shall be invoiced monthly. The Government has the unilateral right to exercise the option periods listed above provided that the Government notifies the contractor of the Government's ! intent to exercise the option within 30 days prior to the expiration ! of the current period of performance. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses, incorporated by reference, are applicable to this procurement: 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications -- Commercial Items; 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items: Paragraph (a) and the following numbered subparagraphs under paragraph (b) of this clause apply: (1), (3), (5), (7), (11), (12), (13), (14), (15) and (22); the following numbered subparagraphs under paragraph (c) apply: none; and paragraphs (d) and (e). Offerors are rem! inded to include a completed copy of 52.212-3 ALT I with proposals. All clauses s! hall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications -- Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including paragraph (a) and the following clauses referenced under paragraph (b) of this clause apply: DFAR 252.225-7012 Preference for Certain Domestic Commodities and DFAR 252.243-7002 Certification of Requests for Equitable Adjustment; and paragraph (c). DFAR 252.204-7001 Commercial and Government Entity (CAGE) Code, DFAR 252.204-7004 Required Central Contractor Registration. The following clause is incorporated in full text: FAR 52.22.48 Exemption from Application of Service Contract Act Provisions for Contr! acts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific a! nd Medical and/or Office and Business Equipment-Contractor Certification. (a) The following certification shall be checked: Certification The offeror certifies ____ does not certify_____ that- (1) The items of equipment to be serviced under this contract are commercial items which are used regularly for other than Government purposes, and are sold or traded by the Contractor in substantial quantities to the general public in the course of normal business operations; (2) The contract services are furnished at prices which are, or are based on, established catalog or market prices for the maintenance, calibration, and/or repair of certain information technology, scientific and medical and/or office and business equipment. An "established catalog price" is a price (including discount price) recorded in a catalog, price list, schedule, or other verifiable! and established record that is regularly maintained by the manufacturer or the Contractor and is either publ! ished or otherwise available for inspection by customers. An "established market price" is a current price, established in the course of ordinary a nd usual trade between buyers and sellers free to bargain, which can be substantiated by data from sources indepe ndent of the manufacturer or Contractor; and (3) The Contractor utilizes the same compensation (wage and fringe benefits) plan for all service employees performing work under the contract as the Contractor uses for equivalent employees servicing the same equipment of commercial customers. (b) If a negative certification is made and a Service Contract Act wage determination is not attached to the solicitation, the Contractor shall notify the Contracting Officer as soon as possible. (c) Failure to execute the certification in paragraph (a) of this clause or to contact the Contracting Officer as required in paragraph (b) of this clause may render the bid or offer nonresponsive. (End of Clause). No Numbered Notes apply. As a minimum, offerors shall provide to this office a signed proposal on letterhead or an SF1449. All proposals should! include a point of contact, name and phone number; business CAGE code and DUNS number, business size, payment terms, remittanc! e address, completed copies of FAR 52.212-3, DFARS 252.212-7000, FAR 52.222.48 and past performance information and prices. Past Performance and Price portions are explained in greater detail below. Offers will be evaluated using the following criteria: a. Past performance: The offeror should describe its past performance on similar contracts it has held within the last five (5) years which are similar to the specifications set forth above. The offeror should provide the following information regarding its past performance: 1)contract number; 2)name and phone number of a point of contact for which the contract was performed; 3)dollar value of the contract; and 4) detailed description of the work performed; AND b. Price: the offeror shall submit a unit price and extended price for the requested CLINs for the base period! and all subsequent option periods. The Government intends to make award under this requirement to the responsible offeror whose offer conf! orming to the solicitation will be most advantageous to the Government, price and past performance considered. The Government will evaluate proposals for award purposes by adding the total price for all options to the total price for the basic requirement. For solicitations issued after 31 March 1998, DOD will no longer award contracts to contractors not registered in the Central Contractor Registration (CCR) database. Registration may be done by accessing the CCR Web site at http://www.ccr2000.com. A paper registration form may be obtained from the DOD Electronic Commerce Information Center at 1 (800) 334-3414. This announcement will close at 4:00 PM on 20 FEB 01. Proposals should be received at FISC Norfolk Detachment Philadelphia, 700 Robbins Avenue, Bldg. 2B, Philadelphia, PA 19111-5083 and addressed to: ! CODE 02P52I, referencing RFQ N00140-01-Q-1261. Facsimile proposals will be accepted at (215) 697 -9738. For questions regarding this announcement, contact! Ms. Rhoda J. Meyer who can be reached at 215-697-9694 or email rhoda_j_meyer@phil.fisc.navy.mil. All responsible sources may submit an offer, which shall be considered by the agency. . This document may also be viewed at the following website: www.neco.navy.mil.
Record
Loren Data Corp. 20010207/JSOL003.HTM (D-036 SN50C7T0)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on February 5, 2001 by Loren Data Corp. -- info@ld.com