Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 30,1997 PSA#1941

375 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