Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2003 FBO #0638
SOLICITATION NOTICE

Q -- GE Advantax X-Ray Maintenance

Notice Date
8/27/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS, 3112 Broadway Ave, Unit 5B, Eielson AFB, AK, 99702-1887
 
ZIP Code
99702-1887
 
Solicitation Number
FY93964314701
 
Response Due
8/29/2003
 
Archive Date
9/13/2003
 
Point of Contact
Jessica Nelson, Contract Administrator, Phone 907-377-2907, Fax 907-377-2907, - Allison Baldomero, Contract Admin, Phone (907)377-1123, Fax (907)377-2389,
 
E-Mail Address
jessica.nelson@eielson.af.mil, allison.baldomero@eielson.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Solicitation FY9364314801 is hereby issued as a Request for Quote. This solicitation document and all incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-06. This acquisition is 100% set-aside for small businesses under NAICS code 423450, which has a small business size standard of $6.0 million. The requirement consists of the following, (CLIN #, Quantity and Unit of Issue, Description;)please provide quote accordingly. (1) Qty year: Contractor shall provide all labor, materials, equipment, transportation, and tools for inspecting, servicing, and maintaining the GE X-ray Apparatus listed below. It shall be maintained in a functioning, safe, and reliable condition. Contractor shall comply with the requirements stated in the statement of work. Statement of Work 1. Description: Contractor shall provide all labor, materials, equipment, transportation, and tools for inspecting, servicing, and maintaining the GE X-ray Apparatus listed below. It shall be maintained in a functioning, safe, and reliable condition. Contractor shall comply with the requirements stated in the technical provisions. Equipment: GE A-Ray Apparatus Serial Number: N/A All separate pieces Manufacturer: General Electric Model Number: Advantax 2. General: Only equipment in good serviceable condition is to be covered by this agreement. a. Equipment is considered to be in good, serviceable condition, if it is performing all its intended functions and there are no missing or broken parts. Equipment shall not be rejected on the basis that it needs cleaning, minor repairs, or adjustments. b. Within ten (10) working days after receipt of the written agreement the contractor will coordinate, with the Contracting Officer, a completion date for examination of equipment tendered for annual maintenance. Examination of equipment will be at no additional cost to the government. c. Upon completion of the examination, the contractor must notify the Contracting Officer, in writing, of any equipment not acceptable for maintenance. The contractor must state the reasons for the rejections and repairs needed to bring the equipment to an acceptable condition. The Contracting Officer shall then make appropriate disposition outside the scope of this contract, including when deemed appropriate, authorizing the contractor to make the required repairs and them accept the equipment on the annual maintenance. d. Failure to notify the Contracting Officer within seven (7) working days after agreed completion date of the examination shall constitute acceptance by the contractor under the same terms as listed for the equipment listed on the original purchase order. e. Items added to the contract after the beginning of the maintenance period listed in the purchase order will be subject to examination and acceptance by the contractor under the same terms as listed for the equipment listed on the original purchase order. 3. Service Schedule: a. Scheduled calls will consist of two (2) annual preventive maintenance inspections to be performed in the months of October and April. b. Unlimited telephone assistance will be available 7 days a week, 24 hours from the company hotline. c. The hours of service for scheduled and unscheduled calls are Monday-Friday 8:00 AM through 5:00 PM local time. 4. Response Time: a. All scheduled maintenance visits will be coordinated with the Medical Equipment Repair Section the first week of the month that the visit is scheduled. Phone: (907) 377-1382. 5. Required Services: a. Scheduled maintenance inspections shall include, but are not limited to, the following: 1. Perform operational check of all systems and correct any deficiencies noted. 2. Verify that the systems internal and external calibrations are within manufacturer?s specifications. 3. Clean and lubricate mechanical parts in accordance with applicable manufacturer?s service manual. 4. Perform an electrical check of the instrument and all accessories included in the contract and make electrical adjustments, as required, to ensure compliance with manufacturer?s specifications. 5. Replace excessively worn or defective parts: Excessively worn parts are those parts that if not replaced immediately may fail prior to the next scheduled visit. 6. Visually inspect exterior of all systems for damage and cleanliness and report any discrepancies to the Medical Equipment Repair Section. 7. Make mechanical adjustments to insure proper operation. 8. Consult with the equipment operator regarding equipment performance. Suggestions for improvement and efficiency of operation should be offered by the contractor to the operators at the time services are made. 6. Replacement Parts: There shall be no additional charge for replacement parts as long as the part is ordered and installed by the company representative. The contractor shall use new original or factory refurbished replacement parts in the performance of this contract. If required parts are not immediately available to the contractor while performing scheduled or service calls, the contractor shall notify the Medical Equipment Repair Section of the deficiency and deliver to the clinic all replacement parts required to complete the inspection in order to maintain 95% up time. 7. Responsibility for Government Property: The contactor shall not remove any item owned by the United States Air Force from the 354th Medical Clinic for service at the contractor?s establishment without the written consent of the Medical Equipment Repair Section. Should it be necessary to remove the equipment from the facility for servicing, the contractor shall provide, at no additional cost to the government, a loner replacement item. All maintenance labor and replacement parts shall be accompanied by the contractor?s standard commercial warranty. Contractor shall state their warranty in writing. 8. Operation and technical Documentation: The contractor shall obtain, keep on file, any make available all operational and technical documentation, which is necessary to keep the equipment at operational status. 9. Travel Expenses: Travel will be incorporated into the annual rate. 10. Fire and Safety Requirements: The contractor and/ or the contractor?s representatives shall comply with Air Force safety standards at all times while on government property. These include, but are not limited to: a. Wearing of seatbelt/shoulder harness and observing maximum speed limits at all times while driving on Eielson AFB. b. Contractor personnel shall remove watches, rings, and jewelry prior to servicing electrical circuits. c. If a unit is left on in a non-operational state, it shall be tagged DO NOT OPERATE. The tag shall also include the name of the contracted company and the representative placing the tag on the equipment. d. Comply with the no smoking policy within the 354th Medical Clinic. e. Report to the Medical Equipment Repair Section any problems with building utilities such as blown circuit breakers and defective/broken electrical receptacles. f. Comply with all fire regulations at the 354th Medical Clinic. 11. Base Passes: Permission for contractor personnel and vehicles to enter the installation is subject to approval of the Security Police. 12. Work Location: Contractor shall report to building 3349, room 1P01, Medical Equipment Repair Section, prior to commencing work. Before beginning and upon completion of any scheduled or unscheduled service call visit, the contractor?s service representative will sign in and sign out with any representative from Medical Equipment Repair Section. The location of the equipment is in the Medical Laboratory. 13. Report: Upon work completion, the contractor shall submit an inspection report to the Medical Equipment Repair Section. If work is accomplished after normal duty hours the report shall be submitted to the Medical Laboratory. The report shall include: a. Contract Number b. Name of service technician c. Work completed d. Signature and date from authorized government representative 14. Quality Control: The contractor shall establish and maintain a complete Quality Control Plan to ensure the contract requirements are met. The plan shall be submitted for approval of the Contracting Officer no later than the bid closing date. If the Quality Control Plan is changed, an updated copy must be resubmitted. 15. Testing and Inspections: Perform all inspections and tests of parts and systems specified herein, as stated in applicable codes and standards. Contractor shall provide all necessary equipment, material, and labor necessary to properly perform the above. 16. Contractor?s Failure to Perform: If the contractor fails to perform required services in the specified limitations, the government may: a. Accept the services at a later date. b. Refuse to accept the services at a later date, in which case the government will bear no cost and make no payments for the missed service. c. Procure the missed service, upon such terms and conditions as the Contracting Officer deems appropriate, from an alternative, responsible firm and the contractor agrees to be liable to the government for any excess cost incurred to continue the performance as required thereafter. Evaluation of offers will be performed on the basis of price. The following clauses and provisions are hereby incorporated by reference: 52.212-1, Instructions to Offerors: Commercial Items; 52.212-3, Offeror Representations and Certifications -- Commercial Items; 52.212-3 (ALT III); 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, (DEV) Contract Terms and Conditions Required To Implement Statutes Or This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil Executive Orders -- Commercial Items; Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, along with its alternates I and III. Submit signed and dated quotes to 354 CONS/LGCB, by Fax to (907) 377 - 2389, by email jessica.nelson@eielson.af.mil, or by mail to 354 Broadway Ave Unit 5B, Eielson AFB AK 99702-3112. Quotes must be received no later than 1630 (4:30pm) AST, 01 Sep 2003 to be considered for award. If any information regarding the solicitation is required, please contact A1C Jessica Nelson in any of the above methods, or by telephone at (907) 377 - 2907. The Government reserves the right to award without discussions. **** Award will be made upon availability of funds. Quotes must be valid through: 15 Oct 03
 
Place of Performance
Address: Bldg 3349 Room 1P01, Medical Equipment Repair Section, Eielson AFB, AK
Zip Code: 99702
Country: USA
 
Record
SN00413814-W 20030829/030827213832 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.