|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 16,1995 PSA#1285Officer in Charge, Fleet and Industrial Supply Center, Norfolk,
Detachment, Washington, Washington Navy Yard, Bldg. 200, 901 M. Street
SE, Washington, DC J -- REMEDIAL AND PREVENTIVE MAINTENANCE SOL N00600-95-R-1690 DUE
060495 POC For a copy of the solicitation, contact the Customer
Services Center at (202) 433-2951 or you may fax in your request (202)
433-9569. For additional information, contact: Andrew Mummert, Code
PC2A, (202) 433-2968. The Fleet and Industrial Supply Center, Norfolk
Detachment Washington (FISCNORDETWASH) has a requirement for the
National Naval Medical Center, Bethesda Maryland for the procurement of
remedial and preventive maintenance for the existing system to be
maintained consists of the folowing: Operator Console, QTY-2, Serial
Number 167099CN1, and Serial Number 167222CN9; Computer System, QTY-1,
Serial Number 167123CN9; X-Ray Generator/Gantry, QTY-1, Serial Number
167790CN5; Collimator, QTY-1, Serial Number 167245CNO; Patient Table,
QTY-1, Serial Number 167403CN5; 3M Laser Imager, QTY-1, Serial Number
6110622013C; Magnetic Tape Drive, QTY-1; Windows Workstation, QTY-1,
Serial Number 324F1280; X-Ray Tube QTY-1; Helical Scanning, QTY-1; 3D
Software Package, QTY-1; Dental 3D Software Package, QTY-1; Bone
Mineral Software Package, QTY-1. NNMC is in the process of procuring a
new G.E. CT HiSpeed scanner. This contract will also include the
option to provide the same remedial and preventive maintenance coverage
on the new system when its warranty expires. The contract will be a
Firm Fixed Price Service contract. The successful offeror shall:
provide personnel with certification by G.E./OEM to maintain the CT
HiSpeed system, provide on site remedial maintenance within two (2)
hours after telephonic notification, provide telephonic diagnostic
capability and provide all software updates for the G.E. CT HiSpeed
scanner software as well as the software packages mentioned above. The
remedial maintenance includes X-Ray tube replacement and
recalibration. The Principle Period of Maintenance for the remedial
maintenance will be 0800-1700 EST, Monday-Friday, excluding Government
holidays. The offeror's preventive maintenance plan shall at a minimum
meet G.E.'s preventive maintenance schedule for this system which will
be included as an attachment in the RFP. This contract will have a
base year and four option lot years. FAR clause 52.217-9 (MAR 1989) -
Option to Extend the Term of the Contract will be incorporated into the
contract. If contract expires, is terminated, or the next option is not
exercised, the contractor is required to obtain and maintain OEM
Certificates of Maintainability attesting that the equipment maintained
has been maintained according to the OEM's specifications. All
responsible sources may request a solicitation. (0045) Loren Data Corp. http://www.ld.com (SYN# 0041 19950215\J-0001.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|