The RFP Database
New business relationships start here

PLATINUM CARE SERVICE AGREEMENT


California, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items with the intent to solicit on an unrestricted basis prepared in accordance with the information in FAR subpart 12.6, using Simplified Acquisitions Procedures for commercial items found at 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, N00259-14-T-0381 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 811219.

All interested bidders shall submit quotations electronically by email to reynaldo.devera@med.navy.mil or by facsimile at 619-532-5596, attention Rey de Vera. E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before
26 September 2014 at 01:00 PM Pacific Standard Time to be considered responsive.



CLIN 0001 Platinum Care Service Agreement QTY 4 QTR $_________
Platinum Care Service Maintenance to be provided in accordance with the
Statement of Work (SOW) on the listed Government equipment (25 TREX HD Head Box, 4 Sleep Breakout, 6 Connex Digital White, and 2 Brain Monitors Breal/O Wht-refurb). Invoicing to be Quarterly.
Period of Performance: October 01, 2014 - September 30, 2015


Contractor must be registered to the Central Contractor Registration (CCR) 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: Naval Medical Center, Biomedical Repair, 34800 Bob Wilson Drive, San Diego CA 92134


The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-76 and DFARS Change Notice 20140805. This acquisition incorporates the following FAR clauses:


52.204-7 System for Award Management (JUL 2013)
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL2013)
52.204-13 System for Award Management Maintenance (JUL 2013)
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended,
or Proposed for Debarment. (AUG 2013)
52.212-1 Instruction to Offerors-Commercial Item (APR 2014)
52.212-2 Evaluation-Commercial Items (JAN 1999), the following factors shall be used to evaluate offers: 1) Technical Capability; 2) Price
52.212-3 Offeror Representations and Certification--Commercial Items (MAY 2014)
52.212-4 Contract Terms and Conditions--Commercial Items (MAY 2014)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2014)
52.219-28 Post Award Small Business Program Representative (JUL 2013)
52.222-3 Convict Labor (JUN 2003)
52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2014)
52.222-21 Prohibition of Segregated Facilities (FEB 1999)
52.222-26 Equal Opportunity (MAR 2007)

52.222.36 Equal Opportunity for Workers with Disabilities (JUL 2014)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011)
52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-33 Payment by Electronic Funds Transfer - System for Award Management (JUL 2013)
52.232-18 Availability of Funds (APR 1984)
52.233-3 Protest After Award (AUG 1996)
52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)
52.252-2 Clauses Incorporated By Reference (FEB 1998)
252.225-7001 Buy American and Balance of Payments Program (DEC 2012)
252.225-7002 Qualifying Country Sources As Subcontractors (DEC 2012)
252.232-7003 Electronic Submission of Payment Requests (MAR 2008)


All responsible sources may submit a quotation which shall be considered by the agency.


AVAILABILITY OF FISCAL YEAR 2015 FUNDS.


THE GOVERNMENT OBLIGATION MADE HEREUNDER IS CONTINGENT UPON THE ENACTMENT OF THE FISCAL YEAR 2015 APPROPRIATION ACT.


THIS ORDER IS ISSUED SUBJECT TO THE 2015 DOD APPROPRIATION ACT OR AN EXTENDED FISCAL YEAR 2014 CONTINUING RESOLUTION ACT AND IS SUBJECT TO ALL PROVISIONS OF WHICHEVER ACT BECOMES APPLICABLE. THE CLAUSE 52.232-18 REFERENCED HEREIN APPLIES TO THIS CONTRACT.



STATEMENT OF WORK
SERVICE MAINTENANCE


1.0.) 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.


2.0.) SCOPE: The contractor is required to provide all services, materials and equipment necessary for the repair/preventive maintenance of government owned (25 Trex HD Head box, 4 Sleep Breakout, 6 Connex Digital White, and 2 Brain monitors Breal/o Wht-refurb) located in the Sleep Lab Clinic at Naval Medical Center, San Diego (NMCSD) to ensure dependable and reliable equipment operation. All equipment and serial numbers are listed below. The scope of activities includes initial actions by the contactor to attain minimum compliance with Security Content Automation Protocol (SCAP) and ongoing contractor compliance with all DoD and local Information Assurance (IA) directives, instructions and activities. NMCSD Information Assurance Manager (IAM) will conduct initial SCAP scan on the contractor provided hardware and will provide all ongoing compliance actions to the contractor. 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.
# DESCRIPTION ITEM MODEL # SERIAL # ECN
1 TREX HD HEADBOX 8043 0080430267C4
2 TREX HD HEADBOX 8043 0080430268C4
3 TREX HD HEADBOX 8043 0080430270C4
4 TREX HD HEADBOX 8043 0080430277C4
5 TREX HD HEADBOX 8043 0080430278C4
6 TREX HD HEADBOX 8043 0080430279C4
7 TREX HD HEADBOX 8043 0080430281C4
8 TREX HD HEADBOX 8043 0080430287C4
9 TREX HD HEADBOX 8043 0080430289C4
10 TREX HD HEADBOX 8043 0080430292C4
11 TREX HD HEADBOX 8043 008043C50520
12 TREX HD HEADBOX 8043 008043C50521
13 TREX HD HEADBOX 8043 008043C50522
14 TREX HD HEADBOX 8043 008043C50523
15 TREX HD HEADBOX 8043 008043C50645
16 TREX HD HEADBOX 8043 008043C50646
17 TREX HD HEADBOX 8043 008043C50647
18 TREX HD HEADBOX 8043 008043C50648
19 TREX HD HEADBOX 8043 008043C50649
20 TREX HD HEADBOX 8043 0080430288C4
21 TREX HD HEADBOX 8043 0080430269C4
22 TREX HD HEADBOX 8043 0080430280C4
23 TREX HD HEADBOX 8043 0080430290C4
24 TREX HD HEADBOX 8043 0080430291C4
25 TREX HD HEADBOX 8043
1 SLEEP BREAKOUT 3814 0038140132A1
2 SLEEP BREAKOUT 3814 0038140134A1
3 SLEEP BREAKOUT 3814 0038140142A1
4 SLEEP BREAKOUT 3814 0038140143A1
1 CONNEX DIGITAL WHITE 10396 103960674D
2 CONNEX DIGITAL WHITE 10396 103960675D
3 CONNEX DIGITAL WHITE 10396 103960676D
4 CONNEX DIGITAL WHITE 10396 103960677D
5 CONNEX DIGITAL WHITE 10396 103960678D
6 CONNEX DIGITAL WHITE 10396 103960679D
1 BRAINMON BREAK/O WHT-REFURB 10395-R 103952563C1
2 BRAINMON BREAK/O WHT-REFURB 10395-R 103952607C1


 



3.0.) LOCATION: Sleep Lab Clinic Building 3, 2nd Floor, Naval Medical Center San Diego, 34800 BOB WILSON DRIVE, SAN DIEGO, CA. 92134-5000.


4.0.) NMCSD PREVENTIVE MAINTENANCE REQUIREMENTS:


4.1.) Perform service repair/preventive maintenance to industry standards.


4.2.) 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.


4.3.) 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.


4.4.) Attain full compliance with the SCAP scan with no Category 1 (high) or Category 2 (medium) risk or Category 3 (low) findings. Once a minimum of 90 percent compliance is attained, the system may be allowed to be joined to the NMCSD LAN at the NMCSD IAMs discretion.


4.5.) In order to remain attached to the NMCSD LAN, contractor must comply with all DoD and Local IA requirements in a timely manner, not usually longer than 10 calendar days after notification. NMCSD IAM will provide the contractor with all required actions as they become available and may include, but are not limited to, Information Assurance Vulnerability Alerts/Bulletins (IAVA-A/B), Computer Tasking Orders (CTO), specific Navy Cyber Defense Operations Command (NCDOC) required actions or other IA required actions.


Compliance will be accomplished via direct compliance with the identified standard, a mitigation plan to mitigate risks associated with the standard or a detailed technical document explicitly stating why compliance is not possible



5.0.) NMCSD CORRECTIVE MAINTENANCE REQUIREMENTS:


5.1.) 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.


5.2.) 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.


5.3.) Equipment improvements/modifications shall be made only upon Material Management Department, Biomed Repair Department written approval and direction.


5.4.) Notify the Material Management Department, Naval Medical Center San Diego, Biomed Repair Department immediately upon receipt of OEM or replacement parts/equipment safety recalls notices.


5.5.) Insure that original design and functional capabilities will not be changed, modified, or altered unless the Material Management Department, Biomed Repair Department, Naval Medical Center, San Diego authorizes such changes in writing.


5.6.) Provide suitable OEM recommended repair equipment/tools required for the satisfactory execution of all repairs made.


5.7.) Furnish manufacturer OEM approved lubricants and lubricate wear points within the equipment.


5.8.) Extend to the Government all commercial warranties on replacement parts, consistent with standard industry inventory.


6.0.) TRAVEL AND RELATED EXPENSES: Contractor shall be responsible for its service related trip expenses including round trip travel, mileage, and overnight living expenses.


7.0.) RESPONSE TIME: Contractor shall use commercially reasonable efforts to:


7.1.) Respond by telephone to any report of a malfunction requiring repair within (2) hours of notification by NMCSD Monday - Friday, 0800-1600.


7.2.) Provide on-site support within (1) business day of notification by NMCSD personnel.


8.0.) TITLE TO EQUIPMENT: Contractor shall not assume possession or control of any part of the equipment. The government retains ownership to title thereof.


9.0.) 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 Naval Medical Center's electrical wiring and equipment, must approve contractor electrical equipment.


10.0.) SHIPMENT: The contractor shall not exceed two (2) business days of shipment for all equipment coming from and going to Material Management Department, Biomed Repair Department, Naval Medical Center San Diego.


11.0.) 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.


12.0.) 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.


13.0.) 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.


14.0.) 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.


15.0.) PARTS/SUPPLIES QUALITY: Parts and Supplies provided under this contract shall be new original equipment manufactured replacement parts.


16.0.) SOFTWARE UPDATES/UPGRADES: "Software Updates" means software provided by the Manufacturer, which constitutes an improvement to the existing software and which may include minor changes to the operating system or change the means of creating existing clinical indications.


16.1.) "Software Upgrades" means software provided by the Manufacturer, which constitutes a new version of the existing software and adds new clinical indications (e.g., implants or bridges) or a new operating system that fundamentally alters the interface between the user and equipment.


16.2.) During the term and any renewal periods, (biomedical repair edit only) the contractor shall provide the government with Software updates as they become available.


16.3.) During the term and any renewal periods, (biomedical repair edit only) the contractor shall provide the government with Software upgrades as they become available.


17.0.) SECURITY REQUIREMENTS: Contractor shall be responsible for obtaining Rapidgate pass in accordance with the Navy Commercial Access Control System (NCACS) program. NCACS guidance for vendors/contractors is accessible through the following Website and telephone number: http://cnic.navy.mil?CNIC_HQ_Site/index.htm or (877)-727-4342. In addition, contractor is 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.


18.0.) CONTRACTOR CHECK-IN/CHECK-OUT: Contractor is required to report to the Material
Management Department, Biomed Repair Department, Build 1, Ground Floor, Room GD-18Hl Naval Medical Center San Diego, for Visitor Badges during the hours of 0800-1600, Monday through Friday, prior to and upon completion of any service/repair performed.


19.0.) FIELD SERVICE REPORTS: Contractor shall furnish a written or electronic vendor supplied Field Service Report (FSR) to the Duty Staff at:


Jesse Bell and HM1 Karen Magallanes
Naval Medical Center, San Diego
Bio Medical Repair
Building 1, Ground Floor, Room GD-18Hl
Phone: 619-532-8017
Fax: 619-532-8013


Or electronically at:
ca@med.navy.mil


19.1.) 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.
20.0.) PREVENTIVE MAINTENANCE AND REPAIR SERVICE SCHEDULES SERVICES SHALL BE REQUIRED BASED UPON THE FOLLOWING AGREED SCHEDULES:


20.1.) PREVENTIVE MAINTENANCE: (Check One)
______ One (1) time per fiscal year
__ _ Two (2) times per fiscal year
______ Four (4) times per fiscal year: December/March/June/September
__X__ UNLIMITED
20.2.) REPAIR: (Check One)
__X __ Monday - Friday, 0800-1600
______Seven (7) days per week, 24-hour coverage


Reynaldo R. DeVera, Contract Specialist, Phone 6195325564, Fax 6195325596, Email reynaldo.devera@med.navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP