Combine Solicitation – Sirona CEREC Service Maintenance
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Sirona CEREC Service Maintenance
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: N00259-16-T-0059
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
NOTICE TO CONTRACTOR This is a COMBINED SOLICITATION/SYNOPSIS for commercial service prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This solicitation has been prepared with the intent to award a Firm Fixed Price (FFP) contract, utilizing procedures under FAR part 13, for Commercial service as described in the schedule below. The proposed contract action is for Service Maintenance on Sirona Dental Equipment for 8 Clinics.
This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number N00259-16-T-0059 is issued as a Request for Quotation (RFQ). This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-84.
It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: http://farsite.hill.af.mil/VFFARa.htm. The North American Industry Classification System (NAICS) Code for this acquisition is 811219; Size:20.5M
SERVICE ADDRESS:
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 to meet the salient requirements needed.
FACTOR 2: Past Performance; Provide one (1) reference with the Point of contact, telephone number, address, and contract number, that you have provided the same or similar services to within the last 3 years.
FACTOR 3: Price; the government shall conduct a price evaluation of all technically acceptable offers with acceptable delivery schedules.
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.
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 (
QTY: One, Unit of Issue: Year Period of performance:
Unit Price:
This solicitation incorporates the following FAR and DFARS Clauses/Provisions: 52.204-7 Central Contractor Registration (
52.222-3 Convict Labor (
52.222-19 Child Labor -- Cooperation with Authorities and Remedies(
52.222-21 Prohibition of Segregated Facilities (
52.222-26 Equal Opportunity (
Funds are available for this requirement. The requirement is necessary to provide medical services to beneficiaries, is fully funded, and complies with the instructions in BUMED issued
52.252-2 CLAUSES INCORPORATED BY REFERENCE (
"The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the (NAMED COMPONENT) via a secure data collections site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/
Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs
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/forfo_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.
STATEMENT OF WORK SIRONA CEREC SERVICE MAINTENANCE
STATEMENT OF WORK SERVICE MAINTENANCE
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.
Located at
The scope of work performed under these specifications includes the furnishing of all labor, and parts to perform all repairs on equipment listed, to assure continued operation at their designed efficiency and capacity. "Repair" means, any (a) modification, adjustment, or replacement of the parts that corrects a malfunction by bringing the CEREC to material conformity with the technical specification of the CEREC or (b) a procedure or routine that, when observed in the regular operation of the CEREC, avoids the material adverse effect of the applicable nonconformity.
LOCATION: Naval Medical Center San Diego, Balboa Dental, 34800 BOB WILSON, 2nd Floor, Bldg. 1,
NMCSD PREVENTIVE MAINTENANCE REQUIREMENTS:
A. Perform service repair/preventive maintenance to industry standards.
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.
D. Installation of system update changes to resolve specific product reliability problems. Hardware and software upgrades, defined as those changes that enhance or add product features, are not included.
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 Twenty-four (24) 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
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.
H. Extend to the Government all commercial warranties on replacement parts, consistent with standard industry inventory. I. Any Software Update from CEREC will have to contact NMCSD,
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 twenty-four (24) 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
3
SHIPMENT: The contractor shall not exceed two (2) business days of shipment for all equipment corning 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 0800-1600. Local PST Time is included in the contract price. Any labor performed outside of this tirnefrarne is not included in the contract pricing. Ifservice 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(2:00p.rn.) 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:
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: MARCH - JUNE - SEPT - DEC REPAIR: (Check One)
x Monday - Friday, 0800-1600
Seven (7) days per week, 24-hour coverage
Link/URL: https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-16-T-0059 /listing.html



Combine Solicitation – CALIBRATION OF TURBINE VIBRATION MONITORING SYSTEM
Sources Sought Notice – Q– RN to place extended Dwell Peripheral Catheter/ PICC LINE Sources Sought for Market Research ONLY Base Year + 4 12 month option periods
Advisor News
- Financial shocks, caregiving gaps and inflation pressures persist
- Americans unprepared for increased longevity
- More investors will seek comprehensive financial planning
- Midlife planning for women: why it matters and how advisors should adapt
- Tax anxiety is real, although few have a plan to address it
More Advisor NewsAnnuity News
- LIMRA: Annuity sales notch 10th consecutive $100B+ quarter
- AIG to sell remaining shares in Corebridge Financial
- Corebridge Financial, Equitable Holdings post Q1 earnings as merger looms
- AM Best Assigns Credit Ratings to Calix Re Limited
- Transamerica introduces new RILA with optional income features
More Annuity NewsHealth/Employee Benefits News
- Researchers at Golestan University of Medical Sciences Detail Findings in Managed Care (Shifts in Medicare Reimbursement for Common Lower Extremity Orthopaedic Trauma Procedures, 2006-2024): Managed Care
- NC House lawmakers push for better breast cancer detection
- Lincoln County Commissioners Review Insurance Increase, Approve Road Equipment Purchases
- All about AHCCCS: Navigating Arizona Medicaid's changing landscape
- Studies from David Geffen School of Medicine University of California Los Angeles (UCLA) Yield New Information about Managed Care and Specialty Pharmacy (The effectiveness of care coordination on medication adherence among high-need, high-cost …): Drugs and Therapies – Managed Care and Specialty Pharmacy
More Health/Employee Benefits NewsLife Insurance News
- Financial Focus : Keep your beneficiary choices up to date
- Equitable-Corebridge merger casts shadow over life insurance earnings
- When an MEC is an effective planning tool
- Lincoln Financial Reports 2026 First Quarter Results
- Brighthouse Financial Announces First Quarter 2026 Results
More Life Insurance News