Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 25,1996 PSA#1581

CDR, HCAA, PACIFIC CONTRACTING, CENTER, ATTN: MCAA-PC, 160 KRUKOWSKI RD BLDG 160, HONOLULU, HI 96859-5000

J -- MAINTENANCE SERVICES FOR GOVERNMENT OWNED PICKER EQUIPMENT SOL DADA16-96-R-0006 DUE 050896 POC Contract Specialist Karen Lee (808) 433-6394 227 (Site Code DADA16) 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation DADA16-96-R-0006 herein is a Request for Proposal. Tripler Army Medical Center (TAMC) has a sole source requirement for one solicitation line item no., for maintenance services for Government-owned Picker International equipment, located at TAMC, HI 96859. Equipment to be maintained is as follows: (1 Ea) Prism 3000S, Cat# 210046, S/N 253; (1 Ea) Odyssey, Cat# 750, S/N 07151; (1 Ea) Shinko Printer, Cat# 904101, S/N 6A-A932, (1 Ea) Optical Disk, Cat# 646028, S/N 810766; (1 Ea) RPW, Cat# 904150, S/N 1251. Basic period of performance will be Jun 96 - 30 Sep 96 with four 12-month option periods are anticipated. The Government intends to negotiate solely with Picker International, Inc., 595 Miner Road, Cleveland, OH 44143, for a firm fixed-price contract. Contractor to furnish labor, parts, material, tools, transportation and equipment necessary to provide full service preventative maintenance and repair for above Government-owned medical equipment to be in optimum operating condition. First scheduled preventive maintenance inspection shall be performed on or about effective date of contract and subsequent inspections shall be scheduled once every three (3) months thereafter. Contractor shall perform four (4) scheduled preventive maintenance inspections during 12-month option period. Dates of quarterly preventive maintenance inspections shall be coordinated in advance with Contracting Officer's Representative (COR). Services shall be conducted between hours of 8:00 AM to 5:00 PM, Monday through Friday, excluding Federal Holidays. Scheduled preventive maintenance inspections shall include calibration test and any other test required to assure instruments are performing to factory standards. Worn or defective parts or materials shall be replaced by Contractor at no charge. Replacement of worn or defective parts or materials shall commence immediately and be completed within five (5) work days. Maintenance services that are normally performed on an ''second response'' basis refers to repairs in-house personnel are unable to repair Picker International equipment after reasonable effort. Contractor shall provide second response with labor, parts, material, tools, transportation and equipment necessary to perform all operations in connection with the maintenance and servicing of Government-owned Picker International equipment, located at TAMC, HI. Contractor must respond to service calls telephonically within one (1) hour. Second response service calls will be performed within twenty four (24) hours after notification between hours of 8:00 AM to 5:00 PM, Monday through Friday, excluding Federal Holidays. All repairs requiring replacement parts shall be completed within five (5) work days. Contractor shall have a trained, qualified personnel available to respond on-site as indicated above. Whenever available, TAMC repair technician will accompany service technician to repair site to observe repairs and receive appropriate technical service data. Contractor shall provide training for one TAMC technician for above mentioned equipment, to include calibration, maintenance, and repair. Telephone support by qualified technical personnel shall be provided in support of maintenance and repair of equipment upon request. Contractor is required to provide the following documentation with its synopsis/solicitation: 1) Documentation evidencing technicians are factory-certified by manufacturer on specific brand and model specified. 2) Documentation/references evidencing technicians have been competently servicing applicable medical equipment for at least two (2) years. Solicitation document, provisions and clauses herein are those in effect through FAC 90-33. FAR 52.212-1 Instructions to Offerors-Commercial Items, and 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. Offeror must include a completed copy of provision at 52.212-3 Offeror Representations and Certifications-Commercial Items, with its offer. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition with following addition clauses: 52.203-6 Restrictions on Subcontract Sales to the Government Alt I, 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity, 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, 52.225-3 Buy American Act - Supplies, 52.222-41 Service Contract Act of 1965, As amended, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-43 Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts), 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment. Following additional provisions and clauses applies to this acquisition, 52.217-5 Evaluation of Options, and 252.222-7000 Restrictions of Employment of Personnel. Direct all questions or inquiries referencing the RFP No. DADA16-96-R-0006, by fax at (808) 433-2990 or Phone at (808) 433-6394 Ext 227. Proposals shall be received by Pacific Contracting Center, 160 Krukowski Rd, Bldg 160, Honolulu, HI 96859 no later than 1600 Hawaii Standard Time, fifteenth calendar day from date this announcement first appears in CBD. Fax proposals are accepted. See Numbered Note 22.(0114)

Loren Data Corp. http://www.ld.com (SYN# 0018 19960424\J-0001.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page