Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 23,1996 PSA#1665

DIRECTORATE OF CONTRACTING, DRAWER 70120, FORT BRAGG NC 28307-0120

J -- MAINTENANCE AND REPAIR OF OHMEDA ANESTHESIA EQUIPMENT SOL DAKF40-96-R-0025 DUE 091296 POC Contract Specialist ANGELA LOCKE (910) 396-4362 X230 (Site Code DAKF40) This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in 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. The combined synopsis/ solicitation number is DAKF40-96-R-0025 and issued as a Request for Proposal (RFP). The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-38. The Standard Industrial Classification (SIC) is 7699. Small Business Size Standard is $5.0 million dollars. A non- competitive negotiation is proposed with Ohmeda, Incorporated, Austell, GA, because this procurement is confined to maintenance and repair service of OHMEDA anesthesia equipment. Due to acquisition of a Commercial Item, all proposals received within 15 days after date of publication will be considered by the Government. Other than full and open competition is based on only one responsible source and no other services will satisfy agency requirements. CLIN 0001, Full Maintenance Service for the Base Period of 12 consecutive months (offeror shall include a unit price and extension amount) for the following Ohmeda anesthesia equipment IAW the Scope of Work: CLIN 0001AA Anesthesia Apparatus, Model Modulus-II-3M, S/N: ABQR01078 - 1 ea; CLIN 0001AB Anesthesia Apparatus, Model Modulus-CDCV, S/N: ABZV00381, ABZV00299, ABZV00353, ABZV00356, ABZX00133, ABZX00141 - 6 EA; CLIN 0001AC Anesthesia Apparatus, Model: Modulus, S/N: ABQN00976 - 1 EA; CLIN 0001AD Anesthesia Apparatus, Model XLZ10 ANSI, S/N: AMAV01621, AMAV01622 and AMAV01623 - 3 EA; CLIN 0001AE Anesthesia Ventilator, Model 7800, S/N: CATW00363, CATW00357, CATW00358 - 3 EA; CLIN 0001AF Anesthesia Ventilator, Model 7000, S/N: CAFN01061 and CAFR00896 - 2 EA. Period of performance is for twelve (12) months commencing 1 October 1996 thru 30 September 1997. Proposals for the firm-fixed price contract shall include pricing for the Base Year and for 3 One-Year Option Periods. Options may be exercised at any time prior to the last date of the period of performance. Pricing shall include all requested work, service reports and work reports in accordance with the Scope of Work. Services shall be performed IAW the SCOPE OF WORK: Except as otherwise provided herein, the contractor shall provide all labor, supervision, materials (excluding user consumable supplies), parts, manufacturer's authorized field modification, equipment, transportation and any other items and services necessary to perform preventive maintenance, repair and calibration of anesthesia equipment located at Womack Army Medical Center, Fort Bragg, North Carolina. PERSONNEL: Contractor shall provide personnel fully qualified in the repair of anesthesia equipment and shall have a knowledge of laboratory and medical terminology. The contractor shall provide with their proposal documentation evidencing that technicians performing preventive mainte- nance, calibration and repairs on aesthesia equipment are factory certified and have been competently servicing same or similar medical equipment for at least 2 years. CONTRACTOR FURNISHED ITEMS AND SERVICES: The Contractor or his representative shall be available by toll-free telephone or cellular telephone 24 hours a day, seven days a week. The Contractor shall provide all parts and maintain a supply of spare parts to ensure a minimum of shutdown time for repairs. In the event repair parts are not immediately available, the Contractor shall ensure that required parts for repair, maintenance, calibration or inspection are received by the Contractor's service technician within 2 work days of service call date. Contractor shall maintain complete files of technical documentation on each system to include schematics, wiring diagrams, service manuals, troubleshooting guides and service updates. PREVENTIVE MAINTENANCE SERVICES: The contractor shall schedule and perform preventive maintenance inspections (PMIs) during the months of October, January, April and July. PMIs shall include visual and operational check of all components, lubrication, FMIs required by engineering change notices; check, adjust, repair, replace electrical components/ controls; clean interiors; and test equipment for proper operation IAW manufacturer's recommendations. Any worn or defective parts or materials shall be replaced by the contractor at no additional charge to the Government. CALIBRATION SERVICES: The contractor shall schedule and perform calibration services during the months of October, January, April and July which shall include a complete visual and operation check of all components. The contractor shall certify system output which entails inspection and services required by original equipment manufacturer (OEM) specification. REPAIR SERVICES: The contractor shall perform on- site unscheduled repair services as required to return an inoperable system to a fully functional state of operation as originally intended to operate IAW manufacturer's specifications. RESPONSE TIMES: Contractor shall respond to service calls telephonically within 1 hour after receipt of notification by the COR, 24 hours per day, 7 days a week, including holidays. The Contractor shall provide an on-site response within two (2) hours if problem cannot be resolved telephonically. COORDINATION: The Contractor shall coordinate PMIs and calibration services 15 days in advance of scheduled performance with the COR and will be performed between hours of 8:00 AM and 5:00 PM, Monday through Friday, excluding Federal holidays. Schedules shall include date, show phasing of work by room/area throughout the work period and the scheduled completion date. Under no circumstances will the contractor accept any calls for maintenance or emergency repairs other than notification by the COR. During normal work, Contractor's representatives shall report in person to the Medical Maintenance Branch, Building 2-2843, WAMC, Basement Floor, Room 12, to sign in and pick up required forms prior to starting any services and sign out after services are completed. During other than normal work hours, contractor's representatives shall report to the Administrative Officer of the Day (AOD). RECORDS/REPORTS: The Contractor shall provide all forms for PMI reports and Repair Service reports. PMI Report Form: This form shall be used during all preventive maintenance, testing, inspections, repairs and adjustments/calibration to anesthesia equipment. This form shall include the following minimum information: (1) Government Contract Number, (2) Start date/time and completion date/time, (3) System nomenclature, room number, location, model and serial number, (4) Purpose of service/ (5) Description of service performed, (6) Any signs of tampering and finding of equipment condition, (7) List of parts replaced, reason for replacement and cost; (8) Hourly labor rate, (9) Name of service technician performing maintenance and (9) Signature of individual acknowledging services. Repair Service Report: The Contractor shall furnish and provide a repair service report for use during all scheduled and unscheduled service calls. The form shall include the following minimum information: (1) Government Contract Number, (2) Call number, (3) Medical Material Control Number (MMCN), (4) Start date/time and completion date/time, (5) System nomenclature, room number, location, model and serial number, (6) Purpose of service, (7) Description of service performed (state equipment malfunction/defect and corrective action taken), (8) List of parts replaced, reason for replacement and cost; (9) Hourly labor rate, (10) Name of service technician performing maintenance and (11) Signature of individual acknowledging services. The Contractor shall obtain the signature of the using activity supervisor or the COR to certify contractor's form upon completion of all services. The Contractor shall submit the PMI and Repair Service reports to the COR upon completion of services. If service is performed after work hours, or parts costs are not immediately available, the PMI or Repair Service report may be mailed to the COR within 5 workdays after completion of scheduled maintenance to: Womack Army Medical Center, Medical Maintenance Branch (ATTN: COR), Building 4-2843, Fort Bragg, NC 28307-5000. The provisions of this paragraph must be fulfilled in order to guarantee final acceptance by the Government. Final inspections and acceptance shall be made by the COR. SERVICE CALL LIMITATIONS: Contractor personnel shall continue uninterrupted on all services performed until the equipment is 100% operational IAW manufacturer's specifications. Equipment must be restored to a serviceable condition within 12 hours after arrival at work site. If the Contractor is unable to repair the equipment on first response, the Contractor shall immediately notify the COR of the problem and expected completion date. The Contractor shall not keep any equipment out-of-service for repairs more than 12 hours without prior written approval from the COR. If a major repair or replacement is required, the Contractor shall submit a report to the COR stating nature of the repair, defect and estimated cost of repair or replacement. No repair costing more than 50% of the estimated replacement cost of the equipment shall be undertaken without written authorization from the COR. Whenever equipment repair is estimated to exceed 50% of replacement cost or shows signs of excessive wear, the Contractor shall report to the COR in writing the equipment type, serial number, the estimated repair cost, and estimated replacement cost (including type, make, model of replacement item). The Government will determine if the equipment will be repaired or replaced. If the Government determines the repair is to be made, the Contractor shall promptly complete repair of the item. INVOICES AND PAYMENT: Invoices shall reference the Government contract number and be submitted monthly in original and 3 copies for payment to Finance and Accounting Office, ATTN: Commercial Accounts, Bldg 2-1120, Fort Bragg, NC 28307-5000. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following FAR Provisions are applicable to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items (Oct 1995); 52.212-3, Offerors Representations and Certifications-Commercial Items (Mar 1996); and 52.217-5, Evaluation of Options (Jul 1990). The following FAR Clauses are applicable to this acquisition: 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 1996); 52.217-8, Option to Extend Services (Aug 1989); 252.201-7000, Contracting Officer's Representative (Dec 1991); 52.222-48 Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain ADP, Scientific and Medical and/or Office and Business Equipment-Contractor Certification (Oct 1995); and 52.232-18, Availability of Funds (APR 1984). OFFERS ARE DUE: No Later Than 12 September 1996 at 2:00 P.M. Eastern Standard Time, and may be mailed to Directorate of Contracting, ATTN: Angela Locke, Drawer 70120, Fort Bragg, NC 28307-0120, (910) 396-4362, extension 230, Fax (910) 396-5603. (0234)

Loren Data Corp. http://www.ld.com (SYN# 0031 19960822\J-0001.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page