Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2003 FBO #0648
SOLICITATION NOTICE

J -- Medical Equipment Repair Program

Notice Date
9/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: James A. Haley Department of Veterans Affairs Medical Center, Chief, Acquisition and Materiel Management Service, (90C), 13000 Bruce B. Downs Boulevard, Tampa, Florida 33612
 
ZIP Code
33612
 
Solicitation Number
673-AF-03-03
 
Response Due
9/19/2003
 
Archive Date
10/19/2003
 
Point of Contact
Contracting Officer - Jose (Al) Negron, Contracting Officer, (813) 972-7065
 
E-Mail Address
Email your questions to Jose (Al) Negron
(jose.negron@med.va.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) sub part 12.6., as supplemental with additional information included in this notice. This announcement constitutes the only solicitation; requests for quotes are being requested and a written solicitation will not be issued. Reference number: RFQ 673-AF-03-03. This announcement incorporates provisions and clauses in effect through FAR FAC 2001-15. NAICS code is 811219, $6.0 million. This solicitation is 100% set aside for small business. James A. Haley VA Hospital has a requirement for the following: DESCRIPTION OF WORK/WORK STATEMENT 1. Contractor shall provide an equipment maintenance management program to include, but not be limited to, management services, repair analysis and invoice validation, payment processing including cost overrun protection, technical assistance, statistical repair information and program training. The objective of the equipment maintenance program is to reduce equipment maintenance expenditures at a fixed budget. This program will replace manufacturer and third party service contracts with a comprehensive management services program that combines the cost control protection of service contracts with administrative and technical expertise. 2. The customer will have all maintenance and repairs performed by the service vendor of its choosing. Upon completion of the repair, the service vendor (or customer) will submit all documentation to the contractor for review and payment to the service vendor (or customer) as appropriate. This documentation will typically include the service report and invoice. This contract will provide 24 hours per day, seven days a week coverage time for the equipment listed in Attachment A. The contractor shall intercede on behalf of the customer with the service vendor if service response is not provided within 24 hours of notification. Eligible cost will include all parts, labor (regular and overtime), materials, travel, personnel, supervision and freight for scheduled and unscheduled maintenance of all equipment included in the program. Items considered by the service vendor to be consumables are not included. 3. The contractor, acting as the Program Manager, will provide the follow components in equipment maintenance management program: a. Maintenance record database. The contractor will input and maintain a database for maintenance and repair activities on all equipment included in this agreement. The information in this database will be in sufficient detail so as to be acceptable by field inspectors of the Joint Commission on Accreditation of Healthcare Organizations (JCAHO). It shall include a list of all parts replaced, all service performed and a statement that the equipment is operating per manufacturer's specifications. This information shall be available to the customer within 24 hours of a request from the Contracting Officer's Representative (COR) or Contracting Officer's Technical Representative (COTR). b. Repair analysis and invoices validation. Each repair event will be audited for accuracy, completeness and technical validity. Any potential credits or refunds that may be due the customer will be investigated and applied. c. Payment processing. Contractor will directly pay to the service vendor all costs associated with service incidents arising fro an equipment failure that impairs the normal operation of the equipment listed. The contractor will be responsible to pay all invoices for all eligible services that are performed during the contract period. These invoices will be paid within 30 days of receipt of a copy of the service report and invoice. d. Technical assistance. Customer staff through the contracting officer or the COR will have available consulting services consisting of part sourcing assistance, vendor selection assistance and repair event analysis for all equipment in the customer's facility. e. Statistical repair information. Contractor will provide management reports of maintenance and repair activity for all equipment covered under this contract. These reports will be provided on a monthly basis to the COTR. These reports will be sorted by equipment item and will contain all activity for the item. The report will show the amounts paid to the service vendors as well as the status of unpaid invoices. f. Program operation documentation. Contractor will provide user manual documenting program procedures, management guidelines and other reference material inherent to the program. g. Implementation training: Contractor will provide initial training of customer personnel on the procedures and processes of the program with additional onsite sessions during the contract period as needed or requested. 4. Contractor will provide preventative maintenance coverage of all equipment included in this contract. The number preventative maintenance calls during the term of the contract is limited to that on the equipment list. Preventative maintenance is to be performed in accordance with manufacturer's specifications. It will be performed at a time mutually agreed upon by the equipment user and the service vendor. It is anticipated that some scheduled service will occur after normal business hours and may be charged at overtime rates. 5. Contractor will provide coverage for the functioning of software. This coverage is limited to the reloading or rebooting of the software as the only covered method or restoring the equipment to effective operation. No coverage exists for reprogramming of software or for the restoration of data. 6. Contractor will provide glassware coverage for those items specifically noted in the equipment listing. 7. Items may be deleted from the program if replaced or excess during the period of the contract. The contract price will be reduced on a prorated basis for the period remaining as follows: (#of days remaining /365) x price at award. New items may be added as agreed upon by the contracting officer and the contractor. 8. Service vendor will restore equipment to full performance within 48 hours of arriving at site. Full performance means that all defective parts have been replaced with parts equivalent to or better than original manufacturer's parts and the equipment meets or exceeds manufacturer's original performance specifications. 9. Service vendors shall provide all parts, labor materials, travel, personnel, supervision and freight necessary to complete repairs and preventative maintenance. 10. Payments to the maintenance management services contractor shall be made monthly in arrears. Customer will only be responsible for making payments to the contractor in accordance with the monthly amounts listed in the schedule of services and prices costs. Equipment MRI, GE, Model Signa Adv; CT Scan, GE, High speed Adv; Gamma Camera, Picker, Prism 1500, 2000, & 3000; Angiography, Siemens, Angiostar; Coag Analyzer, MLA Electra 1000; Bacterial Detection, Vecton Dickerson, Bactec 9120. offers will be evaluated utilizing the following Evaluation Criteria Evaluation Factors for Equipment Maintenance Management Program Factor 1 - Corporate Qualifications Sub-Factor A - Possesses Required Capabilities Sub-Factor B - Past Performance on Same or similar work of Comparable Size and Complexity Sub-Factor C - Experience and Authority of Contract Project Manager Sub-Factor D - Corporate Organizational Structure Factor 2 - Risk Assessment Sub-Factor A- Understanding of the Work Required Sub Factor B- Contract Work-Force Staffing Sub-Factor C- Contract Quality Control and Safety Plan Sub-Factor D- Contract Transition/Start-Up Sub-Factor E- Military Environment Factor 3 - Customer Service Sub-Factor A- Recognition of Contract Customers Sub-Factor B- Quality Philosophy, Training & Recognition Sub-Factor C- Problem Mitigation Sub-Factor D- Partnering Approach Factor 4 - Personnel Sub-Factor A- Personnel Qualifications/Experience Sub-Factor B- Proficiency Training Sub-Factor C- Recruitment Practices Factor 5 - Price Offerors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (FAR) clause 52.212-1, Instructions to Offeror ? Commercial Items. Offeror shall include a completed copy of provision 52.212-3, Offeror Representations and Certification ? Commercial Items. An authorized representative of the offeror must sign these representations and certifications. The Offeror shall also provide its DUNS and Tax Identification numbers. The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions - -Commercial Items. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, applies to the acquisition. The FAR can be found on the Internet at the following site address: http://www.arnet.gov/far/. Offers are due by September 19, 2003, 3 PM EST, at James A. Haley VA Hospital to the address shown in this synopsis. Offers may be faxed to Al Negron at 813-972-7064. NO OTHER DOCUMENTS ARE AVAILABLE.
 
Web Link
RFQ 673-AF-03-03
(http://www.bos.oamm.va.gov/solicitation?number=673-AF-03-03)
 
Record
SN00425119-W 20030906/030904213209 (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.