|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 30,1998 PSA#2022CDR, HCAA, PACIFIC CONTRACTING, CENTER, ATTN: MCAA-PC, 160 KRUKOWSKI RD
BLDG 160, HONOLULU, HI 96859-5000 J -- REPAIR AND PREVENTIVE MAINTENANCE WORK ON GENERAL AND SPECIALIZED
SURGICAL INSTRUMENTS SOL DADA16-98-T-0105 DUE 021298 POC Contract
Specialist Karen Lee PH: (808) 433-7008 FX: (808) 433-7010 (Site Code
DADA16) 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.
Solicitation DADA16-98-T-0105 is a Request for Proposal. Tripler
Regional Medical Center, Central Material Service, Hawaii has a
requirement for repair and preventive maintenance work to include
sharpening, adjusting, polishing, cleaning, realignment and replacement
of parts that are lost, worn, or broken to like new condition on
Government-owned general and specialized surgical instruments. Repair
services shall also include guaranteed quality, color coding, etching
and demagnetizing. Contractor shall have capacity to provide on-site
service. Instruments sets issued to contractor for on-site repair and
preventive maintenance on as needed basis shall have same day
turnaround time. Contractor shall have liability insurance to perform
this type of services. Contractor shall have proven and verifiable
expertise on repair and preventive maintenance work on general and
specialized surgical instruments and have a minimum of one year's
experience in area of design and/or working with metals. Contractor
shall perform on-site repair and preventive maintenance services on a
monthly basis. Coordinate maintenance of specialty sets with surgical
nursing staff. Provide all labor, equipment and supplies necessary to
perform sharpening and repair services. Perform off-site repair,
modification, fabrication of instruments and/or necessary
repair/replacement parts as needed on Government-owned general and
specialized surgical instruments to include: straightening, realigning,
modifying, restoring, regrooving, refurbishing, insulating, color
coding, silver/stainless welding, silver/stainless soldering, inserting
new tungsten carbide finish, inserting gold handles and replacing of
screws, pins, nuts, bolts, caps, locks, lens and springs. Instruments
requiring off-site repair services shall be sent off by or shipped with
contractor. Contractor shall be responsible for shipping and insuring
instruments taken off-site for repairs and any return shipment after
repairs shall be no cost to the Government. Turn around time for as
needed, off-site repairs shall not exceed fifteen working days.
Contractor shall be responsible for removing all materials brought with
them to Tripler Regional Medical Center after each service visit has
been completed. Contractor shall provide services on instruments as an
estimated quantity of 30,360 per year. Contractor shall prepare a Work
Report. A requirements contract is anticipated, base period Feb 98 --
30 Sep 98 with four 12-month option period are anticipated. The
following factors shall be used to evaluate offers: past performance,
experience, technical support, and price. The solicitation document,
provisions and clauses herein are those in effect through FAC 90-46.
The following provisions/clauses are applicable to this acquisition:
FAR 52.212-1, Instruction to Offerors-Commercial Items, 52.212-2
Evaluation-Commercial Items, 52.212-3, Offeror Representations and
Certifications-Commercial Items, 52.212-4, Contract Terms and
Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions
Required to Implement Statutes or Executive Orders-Commercial Items.
Items applies to this acquisition with the following additional
clauses: 52.217-5 Evaluation of Options, 52.228-5 Insurance-Work on a
Government Installation, 52.229-3 Federal, State, and Local Taxes,
52.232-33 Mandatory Information for Electronic Funds Transfer Payment,
52.246-4 Inspection of Services-Fixed Price, 52.249-2 Termination for
Convenience of the Government (Fixed Price), 52.216-18 Ordering,
52.216-19 Order Limitations, 52.216-21 Requirements, 52.217-8 Option to
Extend Services, 52.217-9 Option to Extend the Term of the Contract,
52.222-48 Exemption from Application of Service Contract Act
Provisions. This acquisition is unrestrictive. An itemized list of
services and instruments to be procured with additional information
will be provided upon request. Direct all questions or inquires
referencing RFP No. DADA16-98-T-0105 in writing by fax to (808)
433-7010. Proposals shall be received by the Pacific Contracting
Center, 160 Krukowski Rd, Bldg 160, Honolulu, HI 96859 no later than
2:00 P.M. Hawaii Standard Time of the fifteenth calendar day from date
this announcement first appears in CBD. (0028) Loren Data Corp. http://www.ld.com (SYN# 0046 19980130\J-0007.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|