Combine Solicitation – Ensite Velocity System Service Maintenance
Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Ensite Velocity System Service Maintenance
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: N0025914T0425
Contact:
Setaside: N/AN/A
Place of Performance (address):
Place of Performance (zipcode): 92134
Place of Performance Country: US
Description:
Naval Medical Center San Diego
The proposed contract action is for commercial items which the Naval Medical Center San Diego intends to solicit on a sole source basis under the authority of FAR 13.106(1) (b) (i). This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source,
The contractor shall provide service maintenance for the Ensite Velocity System in accordance with the Statement of Work (SOW):
PERFORMANCE STATEMENT OF WORK ENSITE MAINTENANCE AND REPAIR/REPLACE/ SERVICE
GENERAL INFORMATION:
General Requirements: The effort required hereunder shall be performed in accordance with this Statement of Work and in accordance with all other terms and conditions set forth herein.
Scope: The contract dates will be effective immediately upon contract approval for the Fiscal Year 15; beginning 16-October 2014 for the duration of 12 full months, 30-September 2015. The contractor is required to provide all services, equipment and material necessary for the repair/replace and preventative maintenance of the government owned: ENSITE VELOCITY SYSTEM, ECN# 124212, SR# 14258460 located in the
The Firm Fixed Price (FFP) Maintenance includes regularly scheduled preventive maintenance, inspections, calibrations, and corrective maintenance tasks, and unlimited emergency repair actions. The aggregate number of equipment covered under the contract shall fluctuate throughout the term of the contract. This fluctuation may result from the removal of aged, unrepairable, past service life, or past useful life equipment from the service contract, and the addition of new or warranty free equipment. The aggregate requirement and level of effort will remain relatively constant over the life of the contract. Contractor must provide a line item monthly price breakdown for each piece of equipment under contract.
"Repair" means any (a) modification, adjustment, or replacement 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. "Replace" means a one for one replacement to provide a substitute of equal or greater value in the place of a damage or defective item for pay back, return, or refund of entire equipment. "Preventive maintenance: (PM) refers to the care and servicing by personnel for the purpose of maintaining equipment and facilities in satisfactory operating condition by providing for systematic inspection, detection, and correction of incipient failures either before they occur or before they develop into major defects. Maintenance, including tests, measurements, adjustments, and parts replacement, performed specifically to prevent faults from occurring.
Hours of Work. Work required in the performance of this contract shall be performed during NMCSD Cardiology Electrophysiology Laboratory Normal Operating Hours, Monday thru Friday 0800 -1700 excluding NMCSD Holidays. * Any and all Service must be initiated by calling Direct Dial Customer Service: 1.800.253.9073. Hours:
Location:
NMCSD Preventative Maintenance Requirements: a. Contractor will respond no later than three (3) business days after telephone notification of Preventative Maintenance Service Request. No overtime shall be billed to the government. b. 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. c. 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.
The Contractor must provide a telephone consulting service, twenty-four (24) hours per day, seven (7) days per week. This consulting service shall be provided to avoid undue delays in contract service coverage during after-hours, weekend, and holiday periods as applicable.
Under no circumstances shall the Contractor assume a verbal or written inquiry as authorization to provide services not specifically covered by the terms of the contract. The Contractor must provide for all inclusive parts, labor, materials, travel, personnel, supervision, and shipping costs necessary to perform all maintenance actions covered under this contract unless otherwise specified for all equipment identified.
NMCSD Corrective Care 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 two (2) 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
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 two (2) hours of notification by NMCSD Monday - Friday, 0800-1600. b. Provide on-site support within one (1) 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
SHIPMENT: The contractor shall not exceed two (2) business days of shipment for all equipment coming from and going to
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 two (2) 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.
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 1400 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
FIELD SERVICE REPORTS: Contractor shall furnish a written or electronic vendor supplied Field Service Report (FSR) to the Duty Staff at:
OR electronically: [email protected]
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 _________________________________
__-__X___ Two (2) times per fiscal year: October and April
_______ Four (4) times per fiscal year: December/March/June/September
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 (
(a) In accordance with CNICNOTE 5530 dated
(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
(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 (
Quotations will be evaluated based on technical capability, past performance (provide references within three years of past performances related to Ensite Velocity System service maintenance), 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 (
Link/URL: https://www.fbo.gov/spg/DON/BUMED/N00259/N0025914T0425/listing.html
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 2872 |
Combine Solicitation – SERVICE MAINTENANCE
The Akron Beacon Journal Bob Dyer column
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News