|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 2,1996 PSA#1650NIH, National Heart, Lung, and Blood Institute, COB, Procurement
Section, 6701 Rockledge Drive MSC 7902, Bethesda, MD 20892-7902 J -- SERVICE FOR SIGNA 4T MAGNETIC RESONANCE INSTRUMENT SOL
NHLBI-HL-P-96-120 POC Kathleen J. Van Steelant, Contracting Officer,
(301) 435-0364. It is the intent of the National Institutes of Health
(NIH), National Heart, Lung, and Blood Institute (NHLBI) to negotiate
on a sole source basis under the authority of 41 USC 253 and FAR
6.302-1 with General Electric Medical Systems to purchase maintenance
service, repairs, and replacement parts for a Signa 4T Magnetic
Resonance Instrument equipped with a General Electric Signa Advantage
Console. This system is a unique prototype which includes many pieces
of non-standard, custom-built equipment. The Contractor shall provide
service for all portions of the 4 Tesla instrument that are
manufactured by General Electric Company. This includes the console,
computer, system cabinet, gradient amplifiers, peripheral gating
module, shim and ramp supplies, and cryogen monitoring. Specific
requirements include the following: 1) Supply replacement parts as
required on an exchange (good-as-new) or new part basis in order to
maintain the equipment at Original Equipment Manufacturer~s (OEM~s)
specifications; 2) STANDARD SHIFT COVERAGE: The Contractor shall
provide on-site remedial service and maintenance during normal working
hours (from 8:00 AM to 5:00 PM local prevailing time, Monday through
Friday). On-call backup service support shall be provided when the
on-site service engineer is not available (e.g. holidays, vacations,
illness, and training periods). The on-call backup service engineer
shall be on the site within three hours of the NIH placing a telephone
service request; 3) SECOND SHIFT COVERAGE: The Contractor shall
provide on-call coverage for remedial service and scheduled maintenance
after normal working hours (from 5:00 PM to 9:00 PM local prevailing
time, Monday through Friday). The on-call service engineer shall be on
the site within three hours of the NIH placing a telephone service
request. Scheduled maintenance shall be performed at a mutually agreed
upon time (usually 5:00 PM through 12:00 AM local prevailing time,
Monday through Friday). If system problems occur late during the
standard shift or are so major as to likely extend into the second
shift, it shall be the responsibility of the field engineer (or his/her
replacement) to give telephone notice to invoke this service so as to
minimize the system downtime; 4) AFTER HOUR COVERAGE: The Contractor
shall provide off hour coverage (no charge for parts, hourly charge for
labor) 24 hours per day, 7 days per week. The on-call service engineer
shall be on the site within three hours of the NIH placing a telephone
service request; 5) Weekly scheduled maintenance inspections and
adjustments shall be performed as specified by the manufacturer for
such items as power supply adjustments, hydraulic system checks, oxygen
moitor tests, RF and gradient amplifier tests and calibration,
mechanical interlock and assembly checks, filter replacement,
lubrication, cleaning, cryogen transfill, and alignment of magnetic
tape, optical disk, and magnetic disk drives; 6) Technical support and
remote diagnostics shall be provided by the Contractor 24 hours per
day, 7 days per week. This telephone support shall be available within
one hour of the NIH placing a service request; 7) The Contractor shall
provide a daily check of the system error logs. The Contractor assumes
the responsibility for correcting problems as noted therein; 8) The
Contractor shall provide upgrade services for the 4T instrument and
accessories on an as needed basis. The upgrades shall be subject to the
Changes Clause, FAR 52.243-1, Alternate II. Upgrade services include,
but are not limited to: delivery/installation of hardware or software,
and reconfiguration of the system. The Contractor shall provide all
hardware and software necessary for requested upgrades. The Contractor
shall continue to provide maintenance of the system as upgraded; 9)
CONTRACTOR RESPONSIBILITIES: The Contractor shall provide all necessary
documentation, repair parts, spare parts, accessories, maintenance
supplies, all special tools, test and support equipment, travel and
transportation, personnel skill requirements, and other related
services required in performance of maintenance tasks to keep the
equipment in good operating condition, except for costs of repairs
occasioned by fault or negligence of the Government or its agent; 10)
Interchangeability of parts is required, (NRCC Wash C8)(Oct 1992). All
replacement/spare parts and supplies to be furnished by the Contractor
under this contract shall be guaranteed to be equal in all respects
(including performance, interchangeability, durability, and quality) to
parts specified by the OEM. Interested parties may identify their
interest and capability to respond to the requirement or submit
proposals. This notice of intent is not a request for competitive
proposals. However, all proposals received within forty-five (45)
calendar days after the date of publication of this notice will be
considered by the Government. A determination by the Government not to
open the requirement to competition based upon responses received as
a result of this notice of intent will normally be considered solely
for the purpose of determining whether to conduct a competitive
procurement. Oral communications are not acceptable and will not be
honored. Interested parties may express their concerns in writing.
Written responses must contain clear and convincing documentation,
technical information, and descriptions demonstrating the ability to
meet the stated requirements. All responses must be received within 45
calendar days from the publication date of this notice and should be
directed to Kathleen J. Van Steelant at the above address. Responses
received via facsimile will not be honored. See Numbered Note(s): 22.
(0213) Loren Data Corp. http://www.ld.com (SYN# 0044 19960801\J-0001.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|