Federal Bid

Last Updated on 15 Dec 2014 at 10 AM
Combined Synopsis/Solicitation
Center Kentucky

Instrument Freedom EVO Service Maintenance

Solicitation ID N0025915T0048
Posted Date 20 Nov 2014 at 9 PM
Archive Date 15 Dec 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Center Kentucky United states 34800
The proposed contract action is for commercial items which the Naval Medical Center San Diego intends to solicit on a sole source basis under the authority of FAR 13.106-1 (b) (1) (i). This proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source, Tecan U.S., Inc. located at 9401 Globe Center Dr., Morrisville, NC 27560-6211. This the existing government owned equipment and instrumentations and are patient specific. Command requires factory-level service on state-of-the-art liquid handling to be interfaced to a laboratory information management system for research on analysis of drugs abuse. Support is comprehensive to include software, firmware, and hardware. All other offerors may submit a quote that will be reviewed by the Government. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future.

This is a combined solicitation/synopsis for commercial items prepared in accordance with the format 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, N00259-15-T-0048 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 811219: Size: $20.5M. This is an unrestricted solicitation.

The contractor shall provide service maintenance for the two Instrument Freedom EVO 100s in accordance with the Statement of Work (SOW):

CLIN 0001: Base Year - Service Maintenance; Full service maintenance to include parts and labor to be provided on the listed Government owned equipment in accordance with the Statement of Work.
Period of Performance: 10 December 2014 to 09 December 2015

Instrument Freedom EVO 100; Te-VacS; Serial # 650; ECN # 10050750
Instrument Freedom EVO 100; Te-Shake; Serial # 610000007; ECN # 10234778

Quantity: 4; Unit of Issue: Quarter;
Price: _______________;
Extended Price: _______________

CLIN 1001: Option Year 1 - Service Maintenance; Full service maintenance to include parts and labor to be provided on the listed Government owned equipment in accordance with the Statement of Work.
Period of Performance: 10 December 2015 to 09 December 2016

Instrument Freedom EVO 100; Te-VacS; Serial # 650; ECN # 10050750
Instrument Freedom EVO 100; Te-Shake; Serial # 610000007; ECN # 10234778

Quantity: 4; Unit of Issue: Quarter;
Price: _______________;
Extended Price: _______________

CLIN 2001: Option Year 2 - Service Maintenance; Full service maintenance to include parts and labor to be provided on the listed Government owned equipment in accordance with the Statement of Work.
Period of Performance: 10 December 2016 to 09 December 2017

Instrument Freedom EVO 100; Te-VacS; Serial # 650; ECN # 10050750
Instrument Freedom EVO 100; Te-Shake; Serial # 610000007; ECN # 10234778

Quantity: 4; Unit of Issue: Quarter;
Price: _______________;
Extended Price: _______________

CLIN 3001: Option Year 3 - Service Maintenance; Full service maintenance to include parts and labor to be provided on the listed Government owned equipment in accordance with the Statement of Work.
Period of Performance: 10 December 2017 to 09 December 2018

Instrument Freedom EVO 100; Te-VacS; Serial # 650; ECN # 10050750
Instrument Freedom EVO 100; Te-Shake; Serial # 610000007; ECN # 10234778

Quantity: 4; Unit of Issue: Quarter;
Price: _______________;
Extended Price: _______________

Statement of Work
Navy Drug Screening Laboratory San Diego
Building 26-2B, Suite 40

Both the Service Agreement and the Preventative Maintenance Visits apply to both pieces of equipment individually.

The equipment covered by the Service Agreement and the Preventative Maintenance Visits are:
1) Tecan EVO 100/8, serial # 650, property # 091930
2) Tecan EVO 100/4, serial # 610000007, property # 003416

Service Agreement:

The vendor will respond to a call for service within 48 hours.

Navy Drug Screening Laboratory San Diego will perform all pertinent diagnostic programs, tests, simple/basic troubleshooting, and provide an accurate description of the fault/error prior to any shipment of repair parts or visit by vendor.

Vendor will provide all parts, except consumables, all labor, and all service expenses connected with all service calls.

Vendor will ensure that the basic functionality of the instruments and their components will meet or exceed published specifications before declaring a service call completed.

Preventative Maintenance Visits:

Vendor will perform one (1) preventive maintenance visit per year for each piece of equipment.

Visit will be arranged in advance with the Navy Drug Screening Laboratory San Diego.

All parts and labor necessary to the operation of the equipment, and consumables needed to perform preventative maintenance, will be furnished at no additional charge.

Consumable parts typically include, but are not limited to, valves, syringes, tips, tip assemblies, and tubing.

There will be one (1) Preventative Maintenance Visit for each piece of equipment.

Vendor will ensure that the basic functionality of the instruments and their components will meet or exceed published specifications before declaring the Preventative Maintenance Visit accomplished.

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)
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.
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 Material
Management Department, Biomed Repair Department written approval and direction.
d. 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.
e. 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.
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 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 Naval Medical Center's electrical wiring and
equipment, must approve contractor electrical equipment.

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.

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 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 and OEM.

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
Management Department, Biomed Repair Department, Build 1, Ground Floor, Room GD-18H1
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.

FIELD SERVICE REPORTS: Contractor shall furnish a written or electronic vendor supplied
Field Service Report (FSR) to the Duty Staff at:
Naval Medical Center, San Diego
Bio Medical Repair
N00259-13-P-0538
Page 9 of 21
Building 1, Ground Floor, Room GD-18H1
Phone: 619-532-8010
Fax: 619-532-8013
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)
___X___ One (1) time per fiscal year _________________________________
_______ Two (2) times per fiscal year _________________________________
_______ Four (4) times per fiscal year: December/March/June/September
REPAIR: (Check One)
___X___ Monday - Friday, 0800-1600
_______ Seven (7) days per week, 24-hour coverage


NAVY COMMERCIAL ACCESS CONTROL SYSTEM (NCACS) PROGRAM IMPLEMENTATION INSTRUCTION (August 2011)

(a) In accordance with CNICNOTE 5530 dated May 2, 2011, NCACS credentialing should be established in order to avoid unnecessary delay at military installation entry control points (ECP).

(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/force_protection/rapid_gate.html
and popular links.
For more information or to enroll in the NCACS Program call: 1.877.727.4342.
For Naval Base San Diego Pass and Decal Office, call: 1.619.556.1653

(c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP.

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

52.204-7 System for Award Management (JUL 2013)
52.204-13 System for Award Management Maintenance (JUL 2013)
52.212-1 Instruction to Offerors-Commercial Item (JUL 2013)
52.212-2 Evaluation - Commercial Items (JAN 1999)
52.212-3 Offeror Representations and Certification--Commercial Items (JUL 2013)
52.212-4 Contract Terms and Conditions--Commercial Items (JUL 2013)
52.217-5 Evaluation of Options (JUL 1990)
52.217-8 Option to Extend Services (NOV 1999)
52.217-9 Option to Extend the Term of the Contract (MAR 2000)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2013)
52.222-50 Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)
52.233-3 Protest after Award (AUG 1996) (31 U.S.C. 3553)
52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub.L. 108-77, 108-78)
52.204-10 Reporting Executive Compensation and First -Tier Subcontract Awards (JULY 2010)
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) (31 U.S.C., 6101 note)
52.219-28 Post Award Small Business Program Representation (APR 2012)
52.222-3 Convict Labor (JUN 2007)
52.222-19 Child Labor -Cooperation with Authorities and Remedies (MAR 2012)
52.222-26 Equal Opportunity (MAR 2007)
52.222-35 Equal Opportunity for Veterans (SEP 2010)
52.222-36 Affirmative Action For Workers With Disabilities (OCT 2010)
52.222-37 Employment Reports on Veterans (SEP 2010)
52.222-48 Exemption from Application of Service Contract Act to Contracts for Maintenance, Calibration,
52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment - Requirements, (NOV 2007)
52.223-18 encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006)
52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013)
52.232-18 Availability of Funds (APR 1984)
52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984)
52.252-2 Clauses Incorporated By Reference (FEB 1998)
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
252.225-7001 Buy American and Balance of Payments Program (JUN 2012)
252.225-7002 Qualifying Country Sources As Subcontractors (DEC 2012)
252.232-7003 Electronic Submission of Payment Requests (MAR 2008)

Quotations will be evaluated based on technical capability, past performance (provide references within three years of past performances related to EVO Instruments service maintenance), 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 (JUL 2013). The provision can also be submitted at https://www.sam.gov. Contractor must be registered to the System for Award Management (SAM) prior to award. A nine digit Data Universal Numbering Systems (DUNS) number provided by Dun and Bradstreet is required to register. The website address for SAM registration is https://sam.gov Electronic submission of Quotes: Quotations shall be submitted electronically by email to [email protected]. Email submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due before close of business on 30 November 2014, 9:00am Pacific Standard Time.

 

Bid Protests Not Available

Similar Past Bids

Enid Oklahoma 04 Jun 2018 at 7 PM
Yorktown Virginia 20 Aug 2020 at 5 PM
Carlsbad California 08 Jul 2021 at 5 PM
Yorktown Virginia 04 Aug 2020 at 11 AM
Location Unknown 04 Jun 2008 at 4 PM