Combine Solicitation – CO2 Lumenis Coherent Laser System Maintenance
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: CO2 Lumenis Coherent Laser System Maintenance
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: N0025917Q0048
Contact:
Description:
Naval Medical Center San Diego
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, using Simplified Acquisitions Procedures for commercial items found at FAR 13, 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 is N0025917Q0048. 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 2005-91. This is a set aside 100% for small business solicitation. The North American Industry Classification System (NAICS) Code for this acquisition is 811219. The size standard is
The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered.
The following factors shall be used to evaluate offers in descending order of importance:
FACTOR 1: Technical Capability; defined as the ability of the Services listed in Statement of Work.
FACTOR 2: Past Performance; references with the Point of contact, telephone number, address, and contract number, that you have provided the same or similar services within the last 3 years.
FACTOR 3: Price; the government shall conduct a price evaluation of all technically acceptable offers with acceptable delivery schedules.
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 quotations FAR provision 52.212-3 Offeror Representations and Certifications - Commercial Items (
CLIN 0001: 1 Year Service Maintenance -Service and Maintenance for the CO2 Lumenis Coherent Laser System(ECN 101404: SN: 015-66) in accordance with the Statement of Work 4 Quarter (Time)- Price:......; Extended Price..................
Period of Performance:
Total Price: ___________
This acquisition incorporates the following FAR and DFARS clauses/Provisions:
52.204-13 System for Award Management Maintenance
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (
_X__ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (
_X__ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (
__X__ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (
__X__ (22) 52.219-28, Post Award Small Business Program Rerepresentation (
__X__ (25) 52.222-3, Convict Labor (
__X__(26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (
__X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
__X__ (28) 52.222-26, Equal Opportunity (
__X__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (
__X__ (33)(i) 52.222-50, Combating Trafficking in Persons (
__X__ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (
__X__ (48) 52.225-13, Restrictions on Certain Foreign Purchases (
__X__ (54) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (
52.232-18 AVAILABILITY OF FUNDS (
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (
52.252-2 CLAUSES INCORPORATED BY REFERENCE (
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (
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.
LOCATION:
NMCSD PREVENTIVE MAINTENANCE REQUIREMENTS: a. Contractor will respond no later than two (2) business days after telephone notification of Preventive Maintenance Service request. b. Perform service repair/preventive maintenance to industry standards. c. 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. d. 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 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 two (2) business days 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.
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 _________________________________
____X__ Two (2) times per fiscal year _
_________Four (4) times per fiscal year:
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:
Link/URL: https://www.fbo.gov/spg/DON/BUMED/N00259/N0025917Q0048/listing.html
More Than Two-Thirds of Americans Fail Fisher’s 401(k) Wellness in the Workplace Survey
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News