COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 24, 2001 PSA #3004
SOLICITATIONS
J -- J-SOFTWARE, SUPPORT AND MAINTENANCE AGREEMENT=20
- Notice Date
- December 20, 2001
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMC San Diego, Bldg 1 38400 Bob Wilson Drive, San Diego, CA, 92134-5000
- ZIP Code
- 92134-5000
- Solicitation Number
- N00259-02-T-0015
- Response Due
- January 3, 2002
- Point of Contact
- laura pruett, purchasing agent, Phone 619-532-8110, Fax 619-532-5596, Email lmpruett@nmcsd.med.navy.mil -- frank aspuria, supervisory contract specialist, Phone 619-532-8093, Fax 619-532-5596, Email fcaspuria@nmcsd.med.navy.mil
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR NON-PERSONAL COMMERCIAL SERCVICE, PREPARED IN ACCORDANCE WITH FAR SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. THE SOLICITATION NUMBER N00259-02-T-0015 IS ISSUED AS A REQUEST FOR QUOTATIONS (RFQ). THE NAVAL MEDICAL CENTER SAN DIEGO (NMCSD) REQUIRES SOFTWARE , SUPPORT AND MAINTENANCE AGREEMENT FOR A GOVERNMENT OWNED MEDTRONIC P/N 960-192 STEALTH STATION TREATMENT GUIDANCE SYSTEM. LINE ITEM 0001. BASE YEAR (FY02 ): CONTRACTOR SHALL PROVIDE SOFTWARE, SUPPORT AND MAINTENANCE AGREEMENT FOR GOVERNMENT OWNED STEALTH STATION TREATMENT GUIDANCE PLATFORM LOCATED AT NAVAL MEDICAL CENTER SAN DIEGO, OPERATING ROOM, SAN DIEGO, CA 92134. CONTRACTOR PERFORMANCE PERIOD: JANUARY 7, 2002 THRU 31 DECEMBER 2002. CONTRACTOR SHALL PERFORM IN ACCORDANCE WITH THE STATEMENT OF WORK. 0001AA. SOFTWARE , SUPPORT AND MAINTENANCE AGREEMENT FOR P/N 960-192 STEALTH STATION TREATMENT GUIDANCE SYSTEM. CONTRACTORS AGREEMENT SHALL INCLUDE SOFTWARE LICENSE, UPGRADES, FIELD SUPPORT SPECIALIST PROGRAM, TRAINING, SERVICE MAINTENANCE AND TECHNICAL SUPPORT. (12 MONTHS @ $________ =3D $ ________) . 0001AB ONE TIME FULL INSPECTION, PREVENTIVE MAINTENANCE (PM) AND CERTIFICATION SERVICE TO RESTORE SYSTEM TO PROPER OPERATING SPECIDICATIONS. =20 (1 LOT @ $_______ =3D $ ________). LINE ITEM 0002. OPTION YEAR I (FY03 ): CONTRACTOR SHALL PROVIDE SOFTWARE, SUPPORT AND MAINTENANCE AGREEMENT FOR GOVERNMENT OWNED STEALTH STATION TREATMENT GUIDANCE PLATFORM LOCATED AT NAVAL MEDICAL CENTER SAN DIEGO, OPERATING ROOM, SAN DIEGO, CA 92134. CONTRACTOR PERFORMANCE PERIOD: JANUARY 1 2003 THRU 31 DECEMBER 2003. CONTRACTOR SHALL PERFORM IN ACCORDANCE WITH THE STATEMENT OF WORK. 0002AA. SOFTWARE , SUPPORT AND MAINTENANCE AGREEMENT FOR P/N 960-192 STEALTH STATION TREATMENT GUIDANCE SYSTEM. CONTRACTORS AGREEMENT SHALL INCLUDE SOFTWARE LICENSE, UPGRADES, FIELD SUPPORT SPECIALIST PROGRAM, TRAINING, SERVICE MAINTENANCE AND TECHNICAL SUPPORT. (12 MONTHS @ $________ =3D $ ________) . STATEMENT OF WORK MEDICAL EQUIPMENT WITH NO LOANER 52.000-5000 LOCAL CLAUSE -- NON-APPROVED GENERAL REQUIREMENTS The effort required hereunder should be performed in accordance with this Statement of Work (SOW) and in accordance with all other terms and conditions set forth herein. The contractor shall provide all services, materials and equipment necessary for the repair/service of MEDTRONIC SURGICAL NAVIGATION TECHNOLOGIES STEALTH STATION LOCATED AT NAVAL MEDICAL CENTER SAN DIEGO (NMCSD), OPERATING ROOM, SAN DIEGO, CA 92134 to ensure dependable and reliable operation of the equipment. The scope of work performed under these specifications includes the furnishing of all labor, equipment, materials and parts to perform all repairs on equipment listed, to assure continued operation at their designed efficiency and capacity. THE CONTRACTOR SHALL PERFORM THE FOLLOWING FUNCTIONS: Perform service maintenance to industry standards. ?Insure that only FACTORY AUTHORIZED FIELD ENGINEERS and TECHNICIANS who have gone through original equipment manufacturer (OEM) or comparable third part service schools for the above-mentioned equipment, shall be employed in the performance of any all work performed under this contract. Upon request, the certificates (or notarized copies) will be provided the Medical Repair Branch for verification. The highest standard of professional capability and electrical/medical 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. ?Correct inoperable condition in a timely manner including loaner response time of no later than TWENTY FOUR (24) hours after telephone notification, to a monitored contractor emergency telephone number to be provided by the contractor, to NMCSD Biomedical Repair Branch and Acquisitions Division immediately upon contract award.=20 ?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 on written approval and direction of the NMCSD Biomedical Repair Branch.?Notify the NMCSD Biomedical Repair Branch immediately upon receipt of OEM or replacement parts and equipment safety recall notices.? Insure that original design and functional capabilities will not be changed, modified, or altered unless the NMCSD Biomedical Repair Branch authorizes such changes. ?Provide suitable modern recommended repair equipment/tools required for the satisfactory execution of all repairs made. ?Furnish manufacturer OEM approved lubricants and lubricate wear point within the equipment. ?Extend to the Government all commercial warranties on replacement parts, consistent with standard industry practices. ?Maintain an adequate spare parts inventory on parts with a history of high failure/replacement rates. TITLE TO EQUIPMENT: The 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,(electrica1 power, compressed air, and water) that is available and required for any service performed under this contract. Contractor's electrical equipment must be approved by the building engineer to ensure compatibility with Naval Hospital electrical wiring and equipment. ACCESS TO EQUIPMENT: The contractor shall be provided reasonable access to all equipment, which is to be serviced, and utility outlets required doing 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. FIELD SERVICE REPORTS: The contractor or his representative is required to report to the Medical Repair Branch during the hours of 0730-2200 Monday through Friday, prior to and upon completion of any service/repair performed. The contractor or his representative shall furnish to the NMCSD Medical Repair Branch a legible copy of the Field Service Report upon completion of work performed. The contractor or his representative shall complete the Government copy of this Field Service Report by including the following: ? Date & Time Notified ? Date & Time Arrival ?BCN, Type, serial, model # of equipment ?Time spent repairing/servicing ?Description of malfunction ?General Description of replaced parts and service performed ?Comments as to cause of malfunction 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 downtime to equipment, the contractor shall maintain replacement repair parts and materials necessary to perform each repair or supply said parts and materials within ONE (1)day.=20 COMPENSATION: Labor: All compensation for labor is included in the contract price.=20 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, interchangeabi1ity, durability and quality to the OEM parts when new or as presently recommended by the manufacturer. =20 PREVENTIVE MAINTENANCE AND CORRECTIVE MAINTENANCE SCHEDULES Services will be required based upon the following schedules: Preventive Maintenance One (1) time during contract* Two (2) time during contract* XX Three (3) times during contract* =20 Four (4) times during contract* Corrective Maintenance Monday -- Friday, 0800-1700 hours=20 XX Seven (7) days per week, 24 hours coverage -End of Statement of Work- ALL INTERESTED BIDDERS MUST SUBMIT QUOTATION TO LAURA PRUETT, NAVAL MEDICAL CENTER SAN DIEGO, MATERIAL MANAGEMENT DEPT., MATERIAL MANAGEMENT, 34800 BOB WILSON DRIVE, SAN DIEGO, CA 92134 OR BY FAX (619) 532-5596 OR 6697. . THIS ACQUISITION IS UNRESTRICTED. SIC CODE 3845 , SIZE 500 EMPLOYEES. AWARD WILL BE BASED BEST VALUE AND TECHNICAL CAPability . ALL QUOTATIONS MUST BE RECEIVED BY CLOSED OF BUSINESS DATE, JANUARY 3, 2002, 3:30 P.M. PACIFIC STANDARD TIME, TO BE CONSIDERED RESPONSIVE. THE SOLICITATION DOCUMENT AND INCORPORATED PROVISIONS AND CLAUSES ARE THOSE IN EFFECT THROUGH FAC 97-20. THIS ACQUISITION INCORPORATES THE CLAUSES 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998). 252.225-7009 DUTY-FREE-ENTRY-QUALIFYING COUNTRY SUPPLIES (END PRODUCTS AND COMPONENTS) (MAR 1998), 52.219-1 SMALL BUSINESS PROGRAM REPRESENTSTIONS (MAY1999), 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS, 51.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (APR 1998), 252.204-7004 REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 98); 252.225-7002 QUALIFYING COUNTRY SOURCES AS SUBCONTRACTOR (DEC1991), 52.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITION OF COMMERCIAL ITEMS (OCT 1998); 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENT PROGRAM (41 U.S.C. 10A-10D, E.O. 10582), 52..212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN 1999). THE FOLLOWING CLAUSES ARE INCORPORATED BY REFERENCE IN PARAGRAPH (B); 52.222-26 EQUAL OPPORTUNITY (E.011246); 52.222-35 AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VIETERAN (38 U.S.C. 4212); 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (29 U.S.C. 793). 52.222-37 EMPLOYMENT REPORTS ON DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA (38 U.S.C. 4212). 52.232-36 PAYMENT BY THIRD PARTY (31 U.S.C. 3332). 52.225-13 RESTRICTIONS ON CERTAIN FOREGN PURCHASES (AUG 1998). 52.222-48 -- Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment -- Contractor Certification. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) http://www.farsite.hill.mil. 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999), 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) =20
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/BUMED/N00259/N00259-02-T-0015/listing.ht ml)
- Record
- Loren Data Corp. 20011224/JSOL001.HTM (D-354 SN5157H4)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on December 20, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|