|
COMMERCE BUSINESS DAILY ISSUE OF JULY 6,1998 PSA#2130DIR OF CONTRACTING WALTER REED AMC, ATTN MCHL Z BLDG T 20, 6825 16TH
STREET NW, WASHINGTON DC 20307-5000 J -- REQUEST FOR INFORMATION ON MAINTENANCE OF MEDICAL AND BIOMEDICAL
EQUIPMENT SOL YMEAAY-8180-0174 POC Contract Specialist C. BLALOCK
(202) 782-1174 (Site Code DADA15) The Walter Reed Health Care System
(WRHCS) and the North Atlantic Regional Medical Command (NARMC) are
looking at ways to cut costs of medical equipment maintenance
contracts. It is our goal to reduce annual contract costs by at lest
25%. We are currently looking at the feasibility of establishing a
Prime Maintainer Services Program. Under this program, the WRHCS (and
at a later date, some of the regional activities) would consolidate
annual medical maintenance contracts (and possibly one-time medical
maintenance contracts) under one contract, managed by one contractor.
It is also our goal to improve the training and utilization of the
in-house work force by ensuring that in-house maintenance personnel
perform first call maintenance services. Under this Prime Maintainer
Program, the in-house maintenance staff will be encouraged to handle
repair problems, which have historically been left to the service
contractors. The WRHCS includes the main hospital at Walter Reed,
Dewitt Army Hospital at Fort Belvoir, Kimbrough Army Community Clinic
at Fort Meade, and the Pentagon Health Clinic. The North Atlantic
Regional Command includes the WRHCS, the medical activities at Fort
Bragg, Fort Lee, Fort Eustis, Fort Monmouth, West Point, Fort Drum,
Fort Knox, and several other smaller satellite activities. The WRHCS is
interested in exploring all options which will accomplish the goal of
at least a 25% costs savings, while simultaneously maintaining or
improving the quality of services currently being provided by the
Original Equipment Manufacturers (OEMs) or Independent Service
Organizations (ISOs) under 25 separate annual contracts or under
one-time service contracts. This Request for Information (RFI) solicits
your comments and answers to questions on prime maintainer services.
Based on the information submitted, it is WRHCS's intent to select the
best all around alternative and to proceed with a formal Request for
Proposal (RFP). It should be noted that this RFI is merely a request
for information and is not intendedto obligate the Government in any
way. There will not be any reimbursement for information received by
the Government under this RFI Please reply to the issues/questions
addressed below as succinctly as possible and please do so in writing
and electronically to Walter Reed Army Medical Center, Directorate of
Contracting, ATTN: Ms. Cynthia Blalock, Bldg T-20, Washington, DC 20307
or email Cynthia_Blalock@WRAMC1- AMEDD.ARMY.MIL 1. Background
information: a. Describe your organizational structure b. Discuss your
mission statement c. Explain why you believe that you can meet our
primary objective of contract cost reduction. d. Provide a list of
references 2. Please discuss the type of information that you as the
Contractor would need to see in a solicitation that would allow you to
prepare a successful proposal to the Government. In other words,
explain what type of information does the Government need to provide to
you. 3. Please explain your proposed coverage terms, e.g., 24 hours, 7
days a week service, all parts included, etc. 4. Please explain how
you would address non-covered services. For example, if a light bulb or
an accessory on a piece of equipment is replaced but is not covered
under the contract. How would compensation be made keeping in mind that
unauthorized commitment of the Government is not allowed? In other
words, how will your contract ensure that all of the items required to
bring the unit up to current manufacture specifications will be
included without the Government being billed for additional (after the
fact) expenditures? 5. The Government has staggered annual contracts
that start and end at different times. How would you phase in these
contracts? How would you pick up equipment whose warranty is expiring?
6. We currently utilize the Army's Medical Department Property
Accounting System (AMEDDPAS) as our main Maintenance Management System.
Government employees can only update this management system. It is used
to meet Joint Commission on Accreditation of Health Care Organizations
certification, College of American Pathology certification, and other
requirements. How will you be able to support the updating of this
database in a timely manner? What would be the desired interface with
this system? 7. How do you propose to conduct preventive maintenance
services? Will you schedule these services or will the Government
schedule them? How do you propose to ensure compliance? 8. What
guidance/procedure would you use to establish the frequency of
preventive maintenance services? Would you use the OEM's
recommendations, JCAHO requirements, historical trend analysis or some
other basis? 9. Can you explain the pros and cons of using a
third-party source to repair/maintain equipment versus the OEM? 10.
Please explain your proposed level of service, e.g., total response,
the government has first call, other. 11. The OEM normally installs all
of the latest updates and modifications as a part of the annual service
contract. How will your contract ensure that all of the latest updates
and modifications are installed in a timely manner? Additionally,
please explain how you intend to interact with the OEM to obtain
technical support, if needed, and why you feel that the OEM would be
responsive to your request(s). 12. Please explain the level of customer
support you provide. Will you propose to provide a contract manager
on-site as part of the overall contract price or is this addressed as
a separate service? 13. The Government has in-house maintenance
capabilities and as such has the right to determine whether new repair
work would be done in-house or by the contractor. 14. The Government
may be interested in maintaining several of the existing annual
contracts and not incorporating these under the proposed Prime
Maintainer Contract. Please state your position on this. 15. Please
address how you propose to maintain operational availability of
equipment. 95% up time? 90%? Explain how this can be measured? 16. The
response times and the period covered for emergency services in the
current annual service contracts vary. How will your contract approach
this variance? 17. Please address your proposed response time to
emergency services, priority services, routine services. 18. Please
address the incentives, if any, that you will provide to encourage the
Government to be frugal. 19. Our original intent is to address only
the WRHCS in this contract. However, at a later date, we would like to
include other Regional Medical Command sites. 20. The WRHCS will
include the new Pentagon Health Clinic that is currently being
constructed. 21. It is our intent to cover only medical equipment that
will be defined by us. How do you define medical equipment, especially
in the area of automation? How are Digital Imaging Network Pictorial
Archival Computer System (DINPACS) and Medical Digital Imaging System
(MDIS) defined? Could you cover DINPACs or MDIS if we needed you to?
22. If we included one-time service contracts, how would you address
this in your proposed contract? How would you arrive at a cost quote
for these? 23. How do you propose to service our contracts? Do you have
in- house maintenance capabilities or would you contract out to
third-parties? 24. Who is accountable for the work that is or is not
accomplished? Must the Government provide quality assurance, or will
you? If you provide quality assurance, will this be at an additional
cost, or is it a standard part of the contract? 25. Training of
in-house service technicians is included in some of the existing annual
service contracts. How will your contract provide for the training of
in-house service technicians? 26. How would adjustments to the contract
(additions, deletions) be handled? Posted 07/01/98. (0182) Loren Data Corp. http://www.ld.com (SYN# 0058 19980706\J-0020.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|