|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 30,1997 PSA#1941375 CONS/LGCV, 102 East Martin Street, Rm 216 Scott AFB, IL 62225-5015 J -- PREVENTIVE MAINTENANCE ON PICKER INTERNATIONAL PRISM 2000 GAMMA
CAMERA SOL F1162397T3674 DUE 092997 POC Lt Felita Boldin
(618)256-1500xt407 E-MAIL: boldinf@wing.safb.af.mil,
boldinf@wing.safb.af.mil. (i) 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 request for quote
(RFQ), a written RFQ will not be issued. (ii) The subject solicitation
number is F11623-97T3674. (iii) This solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 90-46. (iv) The associated standard industrial
classification code for this solicitation is 7699. I.1 Scott Air Force
Base intends to procure on a sole source basis, services from Picker
International to provide scheduled preventive maintenance inspections
(PMIs), calibrations, and on-site corrective maintenance for the
equipment listed in III below. Service shall include travel, labor,
parts, materials (excluding user consumable supplies), manufacturer's
authorized field modifications instructions (FMs) and procedures
governed by the respective using activity. PMIs shall be performed
during the months of October, January, April and July. Services shall
be performed during the duty hours of 8:00AM to 5:00PM, Monday through
Friday. Response time for requested service will be 2 hours for
telephone response and 24 hours or less for on site responses. I.2
TRAINING/EXPERIENCE REQUIRED: All contractor personnel performing
services under this contract must have proof of factory training on
this or like systems. If factory training occurred more than three
years ago, proof must be presented that the individual has been
actively engaged in repairing systems for 12 of the last 18 months. The
contractor shall provide to the QAE a written list of technicians
qualified to work on the equipment at the time of contract start.
Personnel must be credentialed by the Medical Equipment Repair (MERC)
before beginning work on the Prism. Personnel changes will be
coordinated through the QAE for addition or deletion from the qualified
technician list. II.1 PREVENTIVE MAINTENANCE INSTRUCTIONS (PMI):
Preventive maintenance inspections include checks for the proper
operation, detection and correction of incipient failures either before
they occur or before they develop into major defects and includes
actions pertaining technical inspections, lubrications, adjustments,
calibrations, interior cleanings, and replacement of worn or
deteriorated parts. The contractor shall present a written preventive
maintenance plan for approval not later than the pre performance
conference. The plan will incorporate all the manufacturer's published
PMIs and be in sufficient detail as to meet industry standards set
forth by JCAHO, NFPA 99, and OSHA. Preventive maintenance should
include: (1) Consulting with equipment operators regarding equipment
performance (2) Visually inspecting interior of all systems for damage
and cleanliness, and discrepancies to the QAE. (3) Performing
operational checks of all systems and correcting any known
discrepancies. (4) Replacing excessively worn or deteriorated parts.
(5) Cleaning and lubricating mechanical parts in accordance with
applicable manufacturer's service manual. (6) Performing mechanical
adjustments to ensure proper operation (7) Verifying the system's
internal and external calibrations are within manufacturers
specifications. (8) Performing an electrical check of the equipment and
all accessories included in this contract, and making adjustments as
required to ensure compliance with manufacturer's specifications. (9)
National Fire Protection Association 99 -- Standards For Health Care
Facilities. II.2 The contractor will provide four (4) Preventive
Maintenance Inspections (PMIs) one in June, one in September, one in
December and one in March. II.3 On-Call Maintenance is the repair
necessary to return an inoperable system to a totally functional state
of operation as it was originally intended to operate. The contractor
will provide on-site repair support to correct all malfunctions that
may occur. All tools, test equipment, parts, glassware and supplies
necessary to return the Prism 2000 Gamma Camera System to original,
operating specifications will be the responsibility of the contractor.
The contractor will provide on-call maintenance 8:00AM -- 5:00PM, five
days a week (Monday through Friday) with a 2 hour telephone response
time and a 24 hour or less on site response time from receipt of the
original service call . The unit shall be restored to a serviceable
condition within 4 work hours after arrival at the work site or the QAE
will be given a detailed synopsis of current status and estimated time
of completion. The contractor's service technician will continue to
work without interruption, except as approved by the QAE for obtaining
parts, on all services being performed until the system is 100%
operational according to the manufacturer's specifications. III THE
EQUIPMENT SYSTEM: Description: 2 Head Gamma Camera System Model: Prism
2000 Serial#: 690 Manufacturer: Picker International Index#: IV.1
Federal Acquisition Regulation 52.212-1, Instructions to
Offerors-Commercial Items, applies to this acquisition. FAR provision
52.212-2, Evaluation-Commercial Items, applies and quotes shall be
evaluated for fair and reasonable price, technical acceptability,
adherence to applicable clauses and provisions, and satisfactory
performance record. A completed copy of the provision at 52.212-3,
Offeror Representations and Certifications-Commercial Items must be
submitted with quote (copies will be provided upon request). FAR
provision 52.212-4, Contract Terms and Conditions-Commercial Items
applies. FAR provision 52.212-5 Contract Terms and Conditions Required
to Implement Statutes or Executive Orders-Commercial Items applies .
In accordance with FAR provision 52.222-41 Service Contract Act of
1965,52.222-26 Equal Opportunity and 52.225-3 Buy American Act are
hereby incorporated into this solicitation. In accordance with the
Service Contract Act, Wage Determination No. 94-2309 Revision No. 6
datedf 06/30/97 is hereby incorporated into this solicitation. V.1
ADDENDUM: FAR clause 52.212-4 (o), Contract Terms and
Conditions-Commercial Items Warranties-The Contractor warrants and
implies that the items delivered hereunder are merchantable and fit for
use for the particular purpose described in this contract, applies to
this solicitation. FAR Provision 52.212-2 (b) Options DOES NOT APPLY.
Those Offerors interested in a site visit should contact POC. Quotes
are due Not Later Than 29 SEPTEMBER 1997, 4:00 pm local time. FAX or
WRITTEN QUOTES ONLY, NO TELEPHONE QUOTES WILL BE ACCEPTED. ALL QUOTES
WILL BE CONSIDERED. POC Lt Felita N. Boldin, CONS/LGCV, 102 E. Martin
St, Rm 216, Scott AFB, IL 62225-5015, Fax (618)256-4325, Phone (618)
256-1500 ext.407; Cindy Showers (618) 256-1500 ext 219 (0269) Loren Data Corp. http://www.ld.com (SYN# 0038 19970930\J-0016.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|