|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 5,1997 PSA#1924Dept of Veterans Affairs Medical Center, 3200 Vine Street, Cincinnati,
OH 45220 J -- FULL MAINTENANCE SERVICE OF NUCLEAR MEDICINE COMPUTER SYSTEM
(MDSA1). SOL 539-5-98 DUE 092697 POC Contact Point, Betty Jo Dessauer,
(513)475-6340, Contracting Officer, Judith Blasingame, (513)475-6336,
Additional Contact, Peggy Doxtater, (513)475-6357 Invitation for Bid
#539-5-98 is a combined synopsis/solicitation for commercial item for
The Department of Veterans Affairs Medical Center, Cincinnati This
synopsis/solicitation is prepared in accordance with the format in FAR
subpart 12.6, as supplemented with additional information in this
notice, for on-site preventative maintenance inspections and
intervening repair service of Government-owned nuclear medicine
computer system (MDSA1). SIC code is 7629 and the small business size
standard is $5.0 million. This is an unrestricted synopsis/solicitation
and this announcement constitutes the only solicitation. Invitation For
Bids are being requested and a written solicitation WILL NOT BE ISSUED.
Contract award is subject to the availability of funds. Contractor
shall provide a price schedule for base year (October 1 1997 --
September 30, 1998) with four one year prepriced renewal options for
the following Schedule of Equipment. 1 ea AM9 AL Cabinet; 1 ea C1Y A3
Line Amp Complete; 1 ea D8W L/R CompleteAZ NUC, A/P; 1 ea E8V Nova 4/5
Complete Unite (Computer System); 1 ea PMX 40 MB Rianda Controller; 1
ea SMX MDS Controller; 1 ea S8Y Half HGT floppy complete unit; 1 ea
S8Y Spectra term complete unit; 1 ea P8X NEC 40 MB (Winchester). The
contractor shall provide on-site full maintenance of Government owned
equipment in accordance with manufacturers specifications. Full
maintenance includes on-call maintenance and preventive maintenance
inspections and parts as required. Operating and consumable supplies
are not a part of this solicitation. Services are required 8:00 a.m. to
4:30 p.m., five days per week, excluding Federal Holidays. Contractor
shall provide with its bid a schedule of preventive maintenance
inspections and a copy of a checklist identifying the procedures to be
performed. A checklist with a report of services rendered shall be
completed for each visit and submitted to the appointed Contracting
Officer's Technical Representative (COTR). A COTR will be appointed
with award. At a minimum the written report shall contain details in
accordance with standard commercial practice. The report shall also
include any contractor's recommendations necessary to maintain the
equipment in manufacturers specified operating condition. Inspections
are to be scheduled three days in advance and are to be performed in
accordance with manufacturer's instructions and will include visual
inspection, calibration checks, cleaning and lubricating, electrical
checks and performance checks. All work shall be performed by competent
personnel who are experienced and qualified to work on the specific
equipment. Only new standard parts shall be furnished by the
Contractor. All parts shall be of current manufacture and be compatible
with presently installed equipment. Replaced parts are to be disposed
of by the Contractor. Parts not covered by this solicitation shall be
immediately reported to the COTR. A firm-fixed-price contract will
result from this solicitation. Bidders must include a completed copy of
the provision at 52.212-3,Offeror Representations and Certifications --
Commercial Items, 52.204-6, Contractor Identification Number -- Data
Universal Numbering System (DUNS) Number, and VAAR 852.219-70,
Veteran-Owned Small Business with its bid. The following incorporated
provisions and clauses are those in effect through FAC 90-46 and are
applicable to this acquisition; 52.212-1, Instructions to offerors --
Commercial Items; 52.212-2, Evaluation -- Commercial Items, 52.212-2
Evaluation Items, para (a) is filled in as follows: The Government will
award a contract resulting from this solicitation to the responsible
bidder whose bid conforming to the solicitation will be most
advantageous to the Government, price and other factors considered. The
following factors shall be used to evaluate bids: Technical-Bidder's
ability to provide maintenance, meet response time, and obtain
replacement parts; and past performance. The technical criteria and
past performance are approximately equal in weight, and, when combined,
are approximately equal to price; 52-212-4, Contract Terms and
Conditions -- Commercial Items; 52-212-5, Contract Terms and Conditions
Required to Implement Statues or Executive Orders -- Commercial Items;
52.222-3, Convict Labor (E.O.11755, as amended by E.O. 12608 and
12943) and 52.233-3, Protest After Award. The Contractor agrees to
comply with the following FAR Clauses which are incorporated by
reference to implement provisions of law or executive orders applicable
to acquisitions of commercial items or components: 52.203-6,
Restrictions on Subcontractor Sales to the Government, with Alternate
I (41 U.S.C. 253g and 10 U.S.C. 2402), 52.203-10, Price or Fee
Adjustment for Illegal or Improper Activities (41 U.S.C. 423),
52.219-8, Utilization of Small Business Concerns and Small
Disadvantaged Business Subcontracting Plan (15 U.S.C. 637 (d)(4) --
Alternate II, 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35,
Affirmative Action of Special Disabled and Vietnam Era Veterans (38
U.S.C. 4212), 52.222-36, Affirmative Action for Handicapped Workers (29
U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans
and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-3, Buy
American Act -- Supplies (41 U.S.C. 10), 52.222-41, Service Contract
Act of 1965, As amended (41 U.S.C. 351, et. seq.), 52.222-42, Statement
of Equivalent Rates for Federal Hires, (This statement is for
information only: It is not a wage Determination -- Employee Class =
Wage Grade 10; Monetary Wage = $14.70; Fringe Benefits = $3.68),
52.222-43, Fair Labor Standards Act and Service Contract Act -- Price
Adjustment (Multiple Year and Option Contracts), 52.222-47, SCA Minimum
Wages and Fringe Benefits Applicable to Successor Contract Pursuant to
Predecessor Contractor Collective Bargaining Agreement (CBA)(41 U.S.C.
351, et seq.), 52.214-22, Evaluation of Bids for Multiple Awards,
52.217-8, Option to Extend Services, 52.217-9, Option to Extend the
Term of the Contract, and VAAR 852.271-75, Extension of Contract
Period. In accordance with FAR Provision 52.214-8, Facsimile Bids,
facilmilie bids may be sent in response to this synopsis/solicitation
to 513/475-6334. Questions should be by way of fax transmittal to the
same number. Bids must be received no later than 2:00 p.m., eastern
time, 9/26/97. Bids sent via the US Postal Service should be addressed
to A&MMS (90C), 3200 Vine Street, Cincinnati OH 45220. The VA bears no
responsibility for data errors resulting from transmission or
conversion processes. (0246) Loren Data Corp. http://www.ld.com (SYN# 0058 19970905\J-0015.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|