Combine Solicitation – J– Service maintenance of BacT/Alert 3D 1200 with Observa System. Base plus four option years.
| Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject:
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: N0025914T0069
Contact:
Setaside: N/AN/A
Place of Performance (address):
Place of Performance (zipcode): 92134
Place of Performance Country: US
Description:
NMC San Diego
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 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 is N00259-14-T-0069. It is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 20005-69. This is an unrestricted action. The NAICS code is 811219. It is the contractors--- responsibility to be familiar with the applicable clauses and provisions. The clauses and provisions may be accessed in full text at http://www.acquisition.gov/far/ and www.acq.osd.mil.
The contractor shall provide:
On-site service and preventative maintenance on Government owned BacT/ALERT 3D 1200 with Observa System including all parts, labor, and transportation in accordance with the statement of work.
CLIN 0001: Base Year, Quantity: 0001, Unit of Issue: Year, Unit Price: _________; Extended Price: _____________
Period of performance:
Units to be serviced:
a. Control Module: S/N: 211CM7989, ECN: 123031
b. INCBN Modules:
1. S/N: 208IL8280, ECN: 123027
2. S/N: 211IL8409, ECN: 123026
3. S/N: 211IR9508, ECN: 123030
4. S/N: 212IL8442, ECN: 123028
5. S/N: 212IL8443, ECN: 123029
c. Observa
MFR:
CLIN 1001: Option Year One, Quantity: 0001, Unit of Issue: Year, Unit Price: _________; Extended Price: _____________
Period of performance:
Units to be serviced:
a.
Control Module: S/N: 211CM7989, ECN: 123031
b. INCBN Modules:
1. S/N: 208IL8280, ECN: 123027
2. S/N: 211IL8409, ECN: 123026
3. S/N: 211IR9508, ECN: 123030
4. S/N: 212IL8442, ECN: 123028
5. S/N: 212IL8443, ECN: 123029
c. Observa
MFR:
CLIN 2001: Option Year Two, Quantity: 0001, Unit of Issue: Year, Unit Price: _________; Extended Price: _____________
Period of performance:
Units to be serviced:
a. Control Module: S/N: 211CM7989, ECN:123031
b. INCBN Modules:
1. S/N: 208IL8280, ECN: 123027
2. S/N: 211IL8409, ECN: 123026
3. S/N: 211IR9508, ECN: 123030
4. S/N: 212IL8442, ECN: 123028
5. S/N: 212IL8443, ECN: 123029
c.
Observa
MFR:
CLIN3001: Option Year Three, Quantity: 0001, Unit of Issue: Year, Unit Price: _________; Extended Price: _____________
Period of performance:
Units to be serviced:
a. Control Module: S/N: 211CM7989, ECN:123031
b. INCBN Modules:
1. S/N: 208IL8280, ECN: 123027
2. S/N: 211IL8409, ECN: 123026
3. S/N: 211IR9508, ECN: 123030
4. S/N: 212IL8442, ECN: 123028
5. S/N: 212IL8443, ECN: 123029
c. Observa
MFR:
CLIN 4001: Option Year Four, Quantity: 0001, Unit of Issue: Year, Unit Price: _________; Extended Price: _____________
Period of performance:
Units to be serviced:
a.
Control Module: S/N: 211CM7989, ECN:123031
b. INCBN Modules:
1. S/N: 208IL8280, ECN: 123027
2. S/N: 211IL8409, ECN: 123026
3. S/N: 211IR9508, ECN: 123030
4. S/N: 212IL8442, ECN: 123028
5. S/N: 212IL8443, ECN: 123029
c. Observa
MFR:
STATEMENT OF WORK
BacT/ALERT 3D 1200 SYSTEM WITH OBSERVA
GENERAL REQUIREMENTS: The effort required here under shall be performed in accordance with this Statement of Work and with all other terms and conditions set forth herein.
The scope of work performed under these specifications includes the furnishing of all labor and parts to perform all repairs on equipment listed, and to assure continued operation at their designed efficiency and capacity.
LOCATION: Complex Testing Division,
NMCSD PREVENTIVE MAINTENANCE REQUIREMENTS:
a. Perform service repair/preventive maintenance to industry standards.
b. Ensure that only FULL Y 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.
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.
NMCSD CORRECTIVE 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.
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
d. Notify the
e. Insure that original design and functional capabilities will not be changed, modified, or altered unless the
f. Provide suitable OEM recommended repair equipment/tools required for the satisfactory execution of all repairs made.
g.
Furnish manufacturer OEM approved lubricants and lubricate wear points within the equipment.
h. Extend to the Government all commercial warranties on replacement parts, consistent with standard industry inventory.
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.
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
ACCESS TO EQUIPMENT: Contractor shall be provided reasonable access to all equipment that is to be serviced and utility outlets required to do 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.
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 0700 to 1900 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 1900-0700, 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 Material
FIELD SERVICE REPORTS: Contractor shall furnish a written or electronic vendor supplied
Field Service Report (FSR) to the Duty Staff at:
Bio Medical Repair
Building 1, Ground Floor, Room GD-18Hl
Phone: 619-532-8010
Fax: 619-532-8013
Or electronically at:
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:
_MAR_ One (1) time per fiscal year (indicate month)
______ Two (2) times per fiscal year (December/June)
______ Four (4) times per fiscal year: December/March/June/September
REPAIR: (Check One)
*---______ Monday - Friday, 0800-1600
__x___ Seven (7) days per week, 0700-1900
This solicitation incorporates the following FAR and DFARS Clauses/Provisions:
52.204-7 Central Contractor Registration (
52.204-13 Central Contractor Registration -- Maintenance (
52.212-1 Instruction to Offerors-Commercial Items (
52.212-3 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 (
52.222-50 Combating Trafficking in Persons (
7104(g)
52.233-3 Protest after Award (
52.233-4 Applicable Law for Breach of Contract Claim (
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (
52.209-6 Protecting the Government--'s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (
52.219-28 Post Award Small Business Program Representation (
52.222-3 Convict Labor (
52.222-19 Child Labor-Cooperation with Authorities and Remedies (
52.222-26 Equal Opportunity (
52.222-35 Equal Opportunity for Veterans (SEP 2010)(38U.S.C.
4212)
52.222-36 Affirmative Action for Workers with Disabilities (
52.222-48 Exemption from Application of Service Contract Act Provisions-Contractor Certification (
52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (
52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving (
52.225-13 Restrictions on Certain Foreign Purchases (
52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (
3332)
52.217-5 Evaluation of Options (
52.217-8 Option to Extend Services (
52.217-9 Option to Extend the Term of the Contract (
52.237-2 Protection of Government Buildings, Equipment, and Vegetation (
252.225-7002 Qualifying Country Sources as Subcontractors (
52.252-1
52.252-2 Clauses Incorporated By Reference (
252.232-7003 Electronic Submission of Payment Requests and Receiving Report (MAR 2008)(10U.S.C. 2227
Quotations will be evaluated based on Technical capability, past performance, 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 quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (
Delosreyes. Email submissions are limited to 2MB. The submitter should confirm receipt of facisimile and email submissions. Quotations are due before close of business on
Link/URL: https://www.fbo.gov/spg/DON/BUMED/N00259/N0025914T0069/listing.html
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: | 2251 |



Advisor News
- Take advantage of the exploding $800B IRA rollover market
- Study finds more households move investable assets across firms
- Could workplace benefits help solve America’s long-term care gap?
- The best way to use a tax refund? Create a holistic plan
- CFP Board appoints K. Dane Snowden as CEO
More Advisor NewsAnnuity News
- Court fines Cutter Financial $100,000, requires client notice of guilty verdict
- KBRA Releases Research – Private Credit: From Acquisitions to Partnerships—Asset Managers’ Growing Role With Life/Annuity Insurers
- $80k surrender charge at stake as Navy vet, Ameritas do battle in court
- Sammons Institutional Group® Launches Summit LadderedSM
- Protective Expands Life & Annuity Distribution with Alfa Insurance
More Annuity NewsHealth/Employee Benefits News
- National Center for HIV Researcher Details Research in Health Insurance (Behavioral Readiness for Daily Oral PrEP in a Diverse Sample of Gay, Bisexual, and Other Men who have Sex with Men Who Have Not Been Offered PrEP by a Provider): Health Insurance
- When health insurance costs more than the mortgage
- Farmers Now Owe a Lot More for Health Insurance
- Health care outlook: Volatility and potential coverage gaps
- Healthcare advocates navigate rising coverage costs after deadline
More Health/Employee Benefits NewsLife Insurance News