Combine Solicitation – Audiology Equipment Service
| Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Audiology Equipment Service
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: N00259-15-T-0010
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address): 34800 Bob Wilson Dr.San Diego, CA
Place of Performance (zipcode): 92134
Place of Performance Country: US
Description:
Bureau of Medicine and Surgery
Naval Medical Center San Diego
The proposed contract action is for
This is a solicitation for Services, prepared in accordance with the format in FAR subpart 12.6, using Simplified Acquisition procedures for commercial items found in FAR 13, as supplemented with additional information included in this notice.
This announcement constitutes only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00259-15-T-0010 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 811219. Size
All interested bidders shall submit quotations electronically by email to [email protected] or by facsimile at 619-532-5596, attention
$_______________ STATEMENT OF WORK MEDICAL EQUIPMENT SERVICE MAINTENANCE WITH LOANER OPTION AUDIOLOGY DEPARTMENT BLD 2 DECK 2 619 532-9602 GENERAL REQUIREMENTS: The effort required hereunder shall be performed in accordance with this Statement of Work and with all other terms and conditions set forth herein.
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 two (2) business days of notification by NMCSD personnel. c. Vendor must be locally based (within 100 mile radius of NMCSD) to provide quick response time.
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.
SPECIAL CONDITIONS: The Contractor shall send a loaner unit within 48 hours of receiving call. Repair of government owned equipment shall be accomplished at Contractor Facility. Equipment shall be returned to NMCSD upon completion of repair work. Contractor shall be responsible for all shipping costs.
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 at: [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 ____________________________
_____ Two (2) times per fiscal year ___ _________________________
__ X_ Four (4) times per fiscal year: OCT2014, JAN2015, APR2015, AND JUL2015_
REPAIR: (Check One) ___X___ Monday - Friday, 0800-1600 hrs.
_______ Seven (7) days per week, 24-hour coverage
CONTRACTOR POINT OF contact (POC):
Telephone Number: FAX:
E-Mail: LIST OF EQUIPMENT ON STATEMENT OF WORK
Grason Stadler Model GSI-61 Audiometer ECN: 107628; SN 105377 Grason Stadler Model GSI-61 Audiometer ECN: 107630; SN: 105380 Grason Stadler Model GSI-61 Audiometer ECN: 107629; SN: 105379 Grason Stadler Model GSI-61 Audiometer ECN: 107632; SN: 105378 Grason Stadler Model GSI-61 Audiometer ECN: 33091; SN: 52141 Grason Stadler Tympstar Impedance Bridge ECN: 0-35382; SN: ALO62315 Grason Stadler Tympstar Impedance Bridge ECN: 0-35391; SN: ALO62314 Grason Stadler Tympstar Impedance Bridge ECN: 106177; SN: ALO94119 Grason Stadler Tympstar Impedance Bridge ECN: 106176; SN: ALO95008 Grason Stadler Tympstar Impedance Bridge ECN: OM47F1; SN: 2002-0388 Audioscan Hearing Aid Analyzer ECN: 0-35214; SN: 2595 Audioscan Hearing Aid Analzyer ECN: 0-35213; SN: 2593 Audioscan Hearing Aid Analzyer ECN: 0-35331; SN: 2594 Maico MA-41 Portable Audiometer ECN: OM2E40; SN: 65070 Maico MA-41 Portable Audiometer ECN: 0-24082; SN: 65069 Maico MA-41 Portable Audiometer ECN: OM16FD; SN: 71026 Otodynamcis Otoacoustic Emissions ECN: 0-33091; SN: ECHO (DP4/05/0199/09) Otodynamics Otoacoustic Emissions ECN: 108784; SN: LR-ALPDA Otodynamics Otoacoustic Emissions ECN: 0-31727; SN: DP403004711 Otodyanmics Otoacoustics Emissions ECN: 106417; SN: DP0409050496
ABAER Newborn Hearing Screener ECN: 0-99276; SN: SZSL93DA081700700 ABAER Newborn Hearing Screener ECN: 0-99275; SN: SZSL939AO8100969 ABAER Newborn Hearing Screener ECN: 98092; SN: SZSL93DA082900589 Biologic Navigator Pro ABR/ASSR ECN: 35643; SN: NP0611716 Biologic Master ABR/ASSR ECN: 0-98278; SN: CNU8293V9T Biologic Master ABR/ASSR ECN: 102422; SN: 09D05288M Biologic Master ABR/ASSR ECN: 102421; SN: 09D05304M8 Traveler ABR System ECN: 00259OM2CAE; SN: TE96J0351 Acoustic Systems Audio Testing Booth ECN: 0-97341; SN: RS-143-1 Acoustic Systems Audio Testing Booth ECN: 0-97338: SN; RS-143-2 Acoustic Systems Audio Testing Booth ECN: 0-97339; SN: RS-143-3 Acoustic Systems Audio Testing Booth ECN: 0-97340; SN: RS-143-4 Interacoustics Audiometer ECN: 0-23999; SN: 100277 Interacoustics Audiometer ECN: 0-24001; SN: 100278 Grason STadler Auditory Analyzer ECN: 38013; SN:
All responsible sources may submit a quotation, which shall be considered by the agency. The government will only consider firm, fixed price quotation. Contractor must be registered to the SAM prior to award. The website address for SAM registration is www.sam.gov. Contractor MUST complete FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, when submitting a proposal. The website address is http://www.Acquisition.gov.
DELIVERY ADDRESS:
The attached solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-76. It is the contractors' responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisitions.gov and or www.asq.osd.mil.
52.204-7 Central Contractor Registration (
FACTOR 1: Technical Capability defined as the contractors' ability to have the knowledge with Infant Security systems and the working experience, and understanding of the Performance Work Statement and necessary to provide the requested items and services for the governments' requirements as stated in the PWS.
FACTOR 2: Past Performance Provide three (3) references with the Point of contact, telephone number, address, contract numbers, addressing that you have provided the same services within the last 3 years.
FACTOR 3: Price The government shall conduct a price evaluation of all technically acceptable offers with satisfactory past performance.
Technical capability and past performance, when combined, are significant evaluation factors that will be most advantageous to the Government. Contractors who do not meet both of the first two factors will not undergo a price evaluation.
52.212-3 Offeror Representations and Certification--Commercial Items (
52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2012).
52.212-5 Contract Terms and Conditions Required to Implement Statutes or
Executive Orders--Commercial Items (MAR 2012).
52.222-3 Convict Labor (JUN 2003).
52.222-19 Child Labor -- Cooperation with Authorities and Remedies (MAR 2012).
52.222-26 Equal Opportunity (MAR 2007).
52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010).
52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008).
52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003).
52.252-1
52.252-2 Clauses Incorporated By Reference (FEB 1998).
252.204-7004 Alternate A, Central Contractor Registration (SEP 2007).
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2012).
252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011).
252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003).
252.232-7003 Electronic Submission of Payment Requests (OCT 2012).
Link/URL: https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-15-T-0010/listing.html
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: | 2491 |



Combine Solicitation – Senior Development Outreach and Communications (DOC) Officer
Advisor News
- Hagens Berman: Retired First Responders Sue Washington State over Rights to $3.3B Pension Funds Threatened by Lawmakers
- Financially support your adult children without risking your future
- NY insurance agent and Ponzi schemer faces 4-12 years in prison
- Economic pressure makes boomerang living a new normal
- Millennials ready to bring their advisor to the family table
More Advisor NewsAnnuity News
- A new opportunity for advisors: Younger indexed annuity buyers
- Most employers support embedding guaranteed lifetime income options into DC Plans
- InspereX Partners with AuguStar Retirement for Strategic Expansion into Annuity Market
- FACC and DOL enter stipulation to dismiss 2020 guidance lawsuit
- Zinnia’s Zahara policy admin system adds FIA chassis to product library
More Annuity NewsHealth/Employee Benefits News
- LAWMAKERS SPOTLIGHT HOW HIGH HOSPITAL PRICES DRIVE THE HEALTH CARE AFFORDABILITY CRISIS
- ACTING SUPERINTENDENT KAITLIN ASROW SECURES $2.25 MILLION CYBERSECURITY SETTLEMENT WITH DELTA DENTAL
- New Cigna CEO: Insurer to exit ACA, focus on ‘relentless’ push for affordability
- Thousands of Marylanders downgraded health plans on ACA marketplace amid rising premiums
- Trump’s Medicaid fraud crackdown may sound sensible, but it could harm Americans who require long-term care
More Health/Employee Benefits NewsLife Insurance News
- Finalists announced for Lincoln's 2026 Best Places to Work
- Investors Heritage Promotes Anna Reynolds to Senior Vice President and General Counsel
- AM Best Affirms Credit Ratings of Old Republic International Corporation’s Subsidiaries
- Government seeks dismissal of Dean Vagnozzi’s lawsuit against SEC
- Symetra Promotes Nicholas Mocciolo to Chief Investment Officer of Symetra Financial Corporation
More Life Insurance News