Federal Bid

Last Updated on 31 Dec 2015 at 10 AM
Combined Synopsis/Solicitation
Center Kentucky

PROCARE SERVICE WARRANTY

Solicitation ID N00259-16-T-0029
Posted Date 17 Nov 2015 at 9 PM
Archive Date 31 Dec 2015 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 item, which the Naval Medical Center San Diego intends to solicit this requirement on a sole source basis to Stryker Medical under the authority of Far 13.106-1 (b). This is a combined solicitation/synopsis for commercial items, prepared in accordance with the format in FAR subpart 12.6 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, N00259-16-T-0029 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 [email protected] or by facsimile at 619-532-5596, attention Reynaldo 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 December 7, 2015 at 04:00 PM Pacific Standard Time to be considered responsive.

0001 Procare Service Warranty for 33 Prime Big Wheel Gurney QTY 1 Year $_______________
Full service maintenance warranty to be provided for the 33 Gurney
in accordance with Statement of Work.
Period of Performance: 16 December 2015 - 15 December 2016

Under the authority of FAR 13.106-1(b), sole source justification is based on Stryker Medical being the sole source supplier and service maintenance provider for all Stryker patient care bed and stretcher service.

Contractor must be registered to the System for Award Management (SAM) 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 San Diego, 34800 Bob Wilson Drive, San Diego, CA 92134
The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-83 and DFARS Change Notice 20150626. 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 Subcontractor Awards (OCT 2015)
52.204-13 System for Award Management Maintenance (JUL 2013)
52.212-1 Instruction to Offerors-Commercial Item (OCT 2015)
52.212-2 Evaluation-Commercial Items (OCT 2014).The following factors shall be used to evaluate offers in
descending order: 1) Technical Capability; 2) Price
52.212-3 Offeror Representations and Certification--Commercial Items (OCT 2015)
52.212-4 Contract Terms and Conditions--Commercial Items (MAY 2015)
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial
Items (OCT 2015)
52.219-28 Post Award Small Business Program Representative (JUL 2013)
52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2014)
52.222-26 Equal Opportunity (APR 2015)
52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)
52.222-50 Combating Trafficking in Persons (MAR 2015)
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)
52.252-2 Clauses Incorporated By Reference (FEB 1998)
252.204-7012 Safeguarding of Unclassified Controlled Technical Information (SEP 2015)
252.211-7003 Item Unique Identification and Valuation (DEC 2013)
252.225-7001 Buy American And Balance of Payments Program (NOV 2014)
252.225-7002 Qualifying Country Sources As Subcontractors (DEC 2012)
252.232-7003 Electronic Submission of Payment Requests (JUN 2012))

 

FY16 GUIDANCE DURING CONTINUING RESOLUTION

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 01 Oct 2015.


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

Statement of Work

Service and Maintenance for Stryker Big Wheel Gurney

1. Scope: The contractor will provide all services, labor, parts, materials, and equipment necessary for the service and maintenance for the government-owned Stryker Big Wheel Gurney, as listed below.

LINE ITEM MAKE/MFG MODEL SERIAL NUMBER ECN

01 Stryker 1115 1110032162 116393
02 Stryker 1115 1110032164 116395
03 Stryker 1115 1110032165 116387
04 Stryker 1115 1110032166 116396
05 Stryker 1115 1110032167 116397
06 Stryker 1115 1110032168 116398
07 Stryker 1115 1110032169 116388
08 Stryker 1115 1110032171 116400
09 Stryker 1115 1110032172 116401
10 Stryker 1115 1110032174 116402
11 Stryker 1115 1110032175 116403
12 Stryker 1115 1110032176 116404
13 Stryker 1115 1110032177 116390
14 Stryker 1115 1110032179 116406
15 Stryker 1115 1110032180 116407
16 Stryker 1115 1110032181 116391
17 Stryker 1115 1110032182 116408
18 Stryker 1115 1110032184 116410
19 Stryker 1115 1110032185 116392
20 Stryker 1115 1110032213 116413
21 Stryker 1115 1110032214 116414
22 Stryker 1115 1110032217 116417
23 Stryker 1115 1110032218 116418
24 Stryker 1115 1110032219 116419
25 Stryker 1115 1110032220 116420
26 Stryker 1115 1110034309 130334
27 Stryker 1115 1110034310 130336
28 Stryker 1115 1110034311 130337
29 Stryker 1115 1110034312 130338
30 Stryker 1115 1110034313 130339
31 Stryker 1115 1110034314 130333
32 Stryker 1115 1110034315 130335
33 Stryker 1115 1110032161 116386

"Service and maintenance" means (a) any modification, adjustment, minor repair, or replacement of the equipment that corrects a malfunction and effectively brings the equipment into material conformity with the technical specification for that equipment as designated by the original equipment manufacturer (OEM), (b) a procedure or routine that, when observed in the regular, proper operation of the equipment, avoids the material adverse effect of the applicable nonconformity, (c) any measures performed that assure the continued operation of the equipment or returns the equipment to its designed efficiency and capacity, (d) replacement of a piece of equipment on a one-for-one basis in order to provide a substitute of equal or greater value in lieu of a damaged or defective device for compensation, return, or refund of equipment.


2. Location: Places of performance will be:

Biomedical Repair Department
Building One, Ground Floor
Naval Medical Center San Diego
34800 Bob Wilson Drive
San Diego, CA 92134

and/or:

Main Operating Room
Building one, Fourth Floor
Naval Medical Center San Diego
34800 Bob Wilson Drive
San Diego, CA 92134


3. NMCSD Preventive Maintenance Requirements:

3.1. Perform preventive maintenance in accordance to OEM standards.

3.2. Ensure that only fully qualified field engineers and/or technicians who have gone through OEM or comparable third-party service schools for the equipment shall be employed in the performance of any and all work performed under this contract. Upon request, contractor shall provide training certificates or bona fides to the Material Management Department BIOMED division for verification and proof of conformity to this requirement.

3.3. Perform services, as determined by inspection, tests, or disassembly, to ensure a functional system that will efficiently serve its intended purpose and the technical specification for that equipment as designated by the original equipment manufacturer.

3.4. 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.


4. NMCSD Corrective Maintenance Requirements:

4.1. Immediately upon contract award, the contractor will provide Material Management Department BIOMED division (BIOMED) an emergency telephone number.

4.2. Contractor will respond no later than two (2) hours after telephone notification from BIOMED, Monday-Friday, between the hours of 0800-1600 PST.

4.3. Equipment improvements/modifications shall be made only upon BIOMED written approval and direction.

4.4. Notify BIOMED immediately upon receipt of OEM safety recall notices or upon receipt of recall notices pertaining to any parts or materials utilized by contractor on the equipment.

4.5. Ensure that the original design and functional capabilities will not be changed, modified, or altered without express written authorization from BIOMED.

4.6. Provide suitable OEM recommended equipment/tools required for the satisfactory execution of all services performed.

4.7. Furnish OEM approved lubricants or protective compounds and apply these to the equipment in accordance with OEM guidelines.

4.8. Replacement parts shall be covered by the contractor for the duration of the contract. Extend to the Government all commercial warranties on replacement parts. All replacement parts or units shall be new parts.


5. End-User Requirements:

5.1. Stryker must abide by all provision listed on their service agreement and this Statement of Work.


6. General Response Time:

6.1. Contractor will use commercially reasonable efforts to respond by telephone to any report of a malfunction requiring service within two (2) hours of notification from NMCSD Biomed, Monday through Friday, 0800-1600.

6.2. Contractor will use commercially reasonable efforts to provide on-site support within five (5) business days of notification by NMCSD Biomed.


7. Travel and Related Expenses: Contractor will be responsible for its service related trip expenses, including round trip travel, mileage, and overnight living expenses.


8. General Liability: The contractor will not be liable for any loss, damage, or delay due to any cause beyond reasonable control, including but not limited to fire, explosion, theft, flood, riot, civil commotion, war, malicious acts of mischief, or other circumstances outside of human control.

NMCSD Employees will not perform maintenance or attempt repairs to equipment covered under this contract while such equipment is under the purview of this contract without express, written concurrence from contractor.


9. Utilities and Facilities:

9.1. The contractor may use Government utilities (e.g., electrical power, compressed air, water) that are available and required for any service performed under this contract while at Government facilities. The facilities engineer(s) must approve of any contractor equipment which would connect to these utilities in order to ensure compatibility with NMCSD utilities.

9.2. Any outages required in order to perform services must be approved by NMCSD Facilities Management prior to initiation of work and shall be performed per Facilities' instruction. Contractor may request Facilities assistance in performing these outages if required.

9.3. Ensure that all use, storage, transport of any materials regulated by OSHA as "hazardous", required for the performance of this contract, is in in compliance with all federal, state, and local regulations. Contractor will have available MSDS's for any such materials on-site.


10. Shipment: The contractor will not exceed five (5) business days for shipment of all equipment coming from and/or going to NMCSD Biomed, minus exceptions or conditions as previously noted in this Statement of Work.


11. Access to Equipment: Contractor will 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/stop all primary equipment incidental to the operation of the maintained equipment after permission is received from on-duty personnel responsible for such equipment.


12. Labor: All compensation to Contractor for labor from the hours of 0600 to 1600 Pacific Standard Time, is provided for in this contract and included in the contract price. Any labor performed outside of this timeframe is not included in the contract pricing. If it becomes necessary to perform services after 1600 to 0600, NMCSD BIOMED shall be notified prior to performance.


13. Security Requirements: The contractor is required to submit/complete Naval Base San Diego RAPIDGate access to NMCSD. Contractor will contact the RAPIDgate program at 1-877-RAPIDGate or at www.RAPIDGate.com in order to obtain a RAPIDGate pass(es) as necessary in order to perform this contract. All costs for completing RAPIDGate access are the responsibility of the contractor.

While awaiting RAPIDGate access, contractor will, at a minimum, contact NMCSD Biomed no later than 1400 on the day prior to a scheduled visit to submit the required information to complete the NMCSD Temporary Security Pass. In case of emergent repairs or service, the contractor will wait at the NMCSD Main Gate for escort. Contractor must contact Biomedical Repair for escort or must contact the NMCSD Main Operating Room at 619-532-9000.


14. Contractor Check-In/Check-Out: Contractor is required to report to Material Management Department, Biomedical Repair Division at Building One (1), Ground Floor, Room GD-18H1 at NMCSD prior to and upon completion of any services or repair work performed.


15. Field Service Reports: Contractor will furnish a written or electronic vendor supplied Field Service Report (FSR) to the Duty Staff at NMCSD Biomed. All FSR's shall be submitted within 72 hours of completion of service. The contractor or their representative shall complete the FSR to include, at a minimum, the following:

1. Contractor Name

2. Technician's printed name, telephone number, and signature

3. Date and Time of Arrival

4. ECN (to be provided by Navy) and/or Serial Number of Equipment

5. Serial Number of replacement item

5. Summary of services performed and accepted by End-User, with Government
Representative's Printed name and Signature)


Completed Field Service Reports are required prior to acceptance of any invoice. Failure to submit a Field Service Report to NMCSD Biomed will result in delay of payment or rejection of invoice from Government. It is highly recommended that the contractor attach a copy of the Field Service Report to their Wide Area Workflow Invoice in addition to the required submission to NMCSD Biomed in order to expedite invoicing process.


17. Invoicing: All invoicing shall be done in accordance with this statement of work and in accordance with contract. Failure to do so will delay or interfere with payment for services rendered.


18. NMCSD Points of Contact: For all matters concerning performance of this contract, the primary point of contact shall be:

Biomedical Repair Division, Material Management Department
Building One, Ground Floor, Room GD-18H1
Naval Medical Center San Diego
34800 Bob Wilson Drive
San Diego, CA 92134

TEL: 619-532-8010
Fax: 619-532-8013


For administrative matters, the contractor may contact the contracting officer as designated in blocks 7.a, 7.b, 8, and 9 as found on the Standard Form 1449 issued for the contract, or may contact:

Material Management Department
Naval Medical Center San Diego
34800 Bob Wilson Drive
San Diego, CA 92134

TEL: 619-532-8110
FAX: 619-532-5596

Bid Protests Not Available

Similar Past Bids

Travis air force base California 08 Jul 2015 at 10 PM
West roxbury Massachusetts 07 Apr 2015 at 2 PM
New mexico Not Specified
Tracy California 07 Jan 2025 at 5 PM
Portsmouth Virginia 17 Jul 2020 at 2 PM

Similar Opportunities

Tinker air force base Oklahoma 16 Sep 2025 at 4 AM (estimated)
Tinker air force base Oklahoma 16 Sep 2025 at 4 AM (estimated)
Salmon Idaho 31 Jul 2025 at 4 AM (estimated)
West haven Connecticut 15 Jul 2025 at 8 PM
San diego California 06 Sep 2025 at 4 AM (estimated)