|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1996 PSA#166611301 Wilshire Boulevard, Los Angeles, CA 90073 J -- MAINTENANCE OF GOVERNMENT OWNED EQUIPMENT SOL RFP 691-75-96 DUE
091396 POC Robert Kedney, Contracting Officer, (310) 268-2774
Maintenance of Government Owned Equipment RFP 691-75-96. Attn: Robert
Kedney (90C), 11301 Wilshire Blvd., Los Angeles, CA 90073. 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. The contractor shall perform
maintenance (as described below) on the following Government owned
equipment: 1. Matrix Compact L Imager/processor, Mfg. by AGFA, S/N
5526, located in Bldg. 500, Room 0670 (Radiology) 2. Matrix Compact L
Imager/processor, Mfg. by AGFA, S/N 5083, located in Bldg. 500, Room
0648 (Radiology Ultrasound Dept.) 3. Matrix Compact L Imager/processor,
Mfg. by AGFA, S/N 5531, located in Bldg. 500, Room 304 (MRI) 4. MG 3000
Archiving Stations/Image Processing Computers, MFG by Sun Microsystems,
S/N 1284, located in Bldg. 500, Room 0670 (Radiology CT Dept.) 5. MG
3000 Archiving Stations/Image Processing Computer, MFG by sun
Microsystems, S/N 1283, located in Bldg. 304 (MRI) 6. MG 1000 Image
Processing and Archiving Units, MFG by AGFA, located in Bldg. 500, Room
0648 (Radiology Ultrasound Dept.) 7. AS 3000 Archiving Stations/Image
processing computer, MFG. by Sun Microsystems, S/N 237F70798 With
Monitor Model GDM 1962B S/N 85-10003-1192, External Hard Drive S/N
439G3754, and Phone Modem S/N 302330540. 8. AS 3000 Archiving
Stations/Image processing computer, MFG. by Sun Microsystems, Model
#GDM20D10, S/N 350F3015, with a Monitor #3651167-01, an External tape
Backup S/N 405G0418, and an External Hard Drive S/N 4393750. 9. RS
3000-2 Review Station/Image processing computer, MFG. by Sun
Microsystems, S/N 342F1639, with Monitor 118313/0114406. 10. RS 3000-2
Review Station/Image processing computer, MFG. by Sun Microsystems,
S/N 342F1525, with Monitor 1118313/0114406, and External Hard Drive S/N
405G0418. 11. 11 Gigabyte Jukebox MFG. by AGFA, S/N 11762. 12. 20
Plater Jukebox, MFG. by AGFA, S/N 20226. All quantities are 12, and
unit's are MO. The period of performance is from 1 October 1996 to 30
September 1997. Price for normal and emergency service for each line
item. STATEMENT OF WORK: The contractor shall furnish all necessary
labor, tools, materials, supplies/parts, manuals and schematic drawings
necessary to perform scheduled preventive maintenance service,
emergency repair work and performance evaluations on the above listed
medical equipment. PRE-INSPECTION: All equipment will be inspected by
the contractor before signing the contract, and note any equipment that
doesn't meet manufacturers specifications. A price quote shall be
submitted to the Contracting Officer for each piece of equipment with
a description of the problem, and the Contracting Officer shall
determine if item is to be brought up to specification, accepted as is,
or red tagged. At the end of the contract the equipment shall be
certified by the contractor to meet manufacturers specifications.
SCHEDULED PREVENTIVE INSPECTION/SERVICE: 1. Normal Preventive
Maintenance shall be done during normal working hours, Monday through
Friday, 8:00 AM to 5:00 PM, excluding Federal Holidays. 2. All service
to be performed outside normal working hours shall require prior
approval of the Contracting Officer. 3. Scheduled preventive
maintenance cycles must be completed within one working day. Extensions
beyond that time will require the approval of the Contracting Officer.
EMERGENCY REPAIR SERVICE: 1. Unlimited emergency repair service shall
be available when necessary after normal business hours. 2. The
contractor shall maintain and operate a telephone emergency assistance
number, available 24 hrs/day, 7 days a week. The maximum response time
for the contractor, after the initial contact, shall be 2 hours from
notification to arrival on site to start analysis of the outage for
repair. 3. The repair shall normally be completed within (1) work day
and a maximum of 2 work days. The COTR shall monitor all service
efforts and report delays to the Contracting Officer. The contractor
personnel will identify themselves to the Biomedical
Administrator/Technician on duty prior to start of service by calling
(310) 478-40089/49187. In addition, the service agent shall be signed
in by the administrator/technician. MAINTENANCE AND REPAIR
SPECIFICATIONS: 1. The contractor shall be responsible for maintaining
all items on this contract to manufacturers specifications. 2.
Performance verification shall be required at the conclusion of every
preventive maintenance (normal or emergency). The approval authority is
the COTR (only), and may not be delegated to anyone else. This
verification may include testing for accuracy and precision of the
instrument. If any procedures were performed that would in any way
affect the calibration status of the instrument the results of the
performance testing must conform to the established performance
criteria for the instrument. 3. Scheduled Preventive Maintenance
Inspections (PMI) shall be performed on a Semi-annual basis. PMI visits
must not be more than 180 days apart. 4. Each PMI, or emergency repair
event will include (but not limited to): Inspection for internal
and/or external causes of medical and electronic problems including,
wear, misalignment, maladjustment, damage or other malfunctions with
respect to the manufacturers specifications. Inspect for electrical
safety and fire hazards. Cleaning and lubrication of equipment as
required. Test for proper operation of entire system and subsections.
Document proper function and performance of instruments. 5. The
technician must document on the field service report, and the
instrument maintenance log, all findings of problems and their
corrections; including all performance verification. 6. The service
technician shall document and report to the COTR, in writing, any
unsafe condition concerning the equipment on this contract. 7. Only new
parts shall be used by the contractor in the performance of the
service. 8. All parts shall have standard commercial warranties of at
least 90 calendar days. 9. All parts replaced will be identified by
part number as shown on the manufacturers schematics/parts list. The
cost of the part will be carried on the service report for record
purposes only. SERVICE REPORTS: 1. After each service calls a service
report shall be written out to show, date and total hours of service,
parts installed and cost, if a safety check was performed, performance
data, comments or remarks. The following provisions shall apply: FAR
52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5. All interested
parties to this procurement should contact the Contracting Officer for
a copy of the referenced provisions. Contact Robert Kedney, (310)
478-3711x42774. RFP 691-75-96 SYN#35 (0235) Loren Data Corp. http://www.ld.com (SYN# 0040 19960823\J-0002.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|