Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 26,1996 PSA#1666

11301 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