|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,1998 PSA#2165Veteran's Affairs Medical Center, Contracting Officer (90C),
Acquisition & Material Management Service, One Veterans Plaza, San
Juan, PR 00927-5800 J -- PM KODAK LASER PRINTER F/EKTASCAN SOL RFP672-188-99 DUE 090998
POC (POC) Rey F. Clemente (787) 766-5389 FAX (787) 766-6543 This is a
combined synopsis/solicitation for Commercial Items prepared in
accordance with the format Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and a
written solicitation will not be issued. The Request for Proposal
(RFP) number is RFP672-188-99. The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-05. This procurement is for full and open
competition. The standard industrial classification code is 7629 and
the small business size standard is $5.0M. The Department of Veterans
Affairs, VA Medical Center (VAMC) San Juan, Puerto Rico is procuring a
Service Contract to place into operation continuing systematic service
for full Preventive Maintenance (PM), cleaning, calibration, adjustment
of components, and emergency repair for equipment described below
according to manufacturer's maintenance service manual instruction and
procedures at the VAMC. The contract will be for a base year and four
(4) renewable option periods. 1001. BASE YEAR (10/01/98 to 09/30/99)
Kodak Laser Printer F/Ektascan SN. 103518 Model: Ektascan Laser Printer
100 XLP SN. 103518, located at Room A-198 CT Scanner. Note: Offeror
shall submit pricing for BASE YEAR (10/01/98 to 09/30/99) L/I# 1001 and
option years for each line item on a separate sheet as follow:
Preventive maintenance Qty. _____ per year, at the unit price $_______
and annual cost $________ for OPTION YEAR I: (10/01/99 to 09/30/00)
L/I # 2001. OPTION YEAR II: (10/01/00 to 09/30/01) L/I # 3001. OPITON
YEAR III: (10/01/01 to 09/30/02) L/I # 4001. OPTION YEAR IV: (10/01/02
to 09/30/03) L/I # 5001. Evaluation of options shall not obligate the
Government to exercise the option(s). Response Time: Contractor shall
respond to the service call within two (2) hours after notification.
Contractor shall physically report on site VAMC within four (4) hours
from the initial notification time if the problem can not be corrected
by phone. Service Calls: Contractor shall respond to all repair
service for priority maintenance within four (4) hours after
notification. Contractor shall report directly to the Contracting
Officer Technical Representative (COTR) or his/her designee, this check
in/out is mandatory during normal working hours from 8:00 a.m. through
4:30 p.m. and after normal working hours. After normal duty hours,
weekends, and holidays Contractor shall report directly to Engineering
Graphic Control Center and the COTR designed will be available at
VAMC, Room: C33b, tel. (787) 758-7575 Ext. 3281. Contractor shall
provide a twenty-four (24) hour emergency service response, seven (7)
days a week. Emergency Repair Service: Includes the immediate repair
services on a call basis for inoperable equipment and respond with the
time specified. Service includes all required repairs to bring the
equipment to an operational status considering malfunction is causing
immediate work stoppage to the VAMC. For emergency repair service,
Contractor shall respond within two (2) hours after notification. All
service calls are unlimited for all priority maintenance, repair
service, and emergency repair service. Labor and Parts: Contractor
shall supply all labor and parts, test instruments and tools required
to perform all repair and maintenance work. All parts shall be
furnished on an exchange basis and will be new standard parts or parts
of equal quality. Exchange parts removed from the equipment in the
schedule become the property of the Contractor. Contractor shall have
the service manuals available to perform each maintenance or repair.
Contractor shall submit a listing of parts that are not covered in this
type of contract with their offer. Contractor shall submit detail
actual cost for parts considered not being part of the regular
maintenance contract. Replacement parts: All maintenance (preventive,
repair service, and emergency repair service) shall include replacement
of parts deemed necessary by the Contractorexcept those parts that are
not cover in this contract. The Contracting Officer (CO) approval is
required to install any part(s) that are not covered in this contract,
and these parts will be paid either by amendment to the purchase order
covering this PM service or by issuing a separate purchase order. Any
part(s) or materiel damaged by the Service Technician due to
maintenance work shall be replaced or repair at not additional cost to
the Government. Contractor shall provide and bear the cost of labor
for maintaining the specified equipment in good operating condition
when such is required because of normal wear and tear. Documentation:
Contractor shall maintain on VAMC a separate log for each item of
equipment and each system covered in this PM contract. The log shall
list dates, items, scheduled adjustment, calibration, maintenance work,
and emergency calls. Each emergency call shall be described with detail
of the nature and causes of emergency, steps, taken to rectify the
situations, and write the specific recommendations to avoid such
conditions in the future. Service Reports: The Service Technician shall
submit each service report to the COTR or his/her designee at the
conclusion of each performance. Annual Report: Contractor shall provide
an Annual Report for all equipment and system serviced. This Annual
Report shall clearly and concisely describe the services rendered,
parts replaced, maintenance, adjustment, certification, and repairs
performed. The Annual Report shall prescribe anticipated future needs
of the equipment and systems for preventive maintenance. Clean up:
Clean up shall include the equipment site disposal of all items and
material not required remaining property of the Government. Upon
completion of any work under this contract, the equipment site, and
adjacent areas affected should be in a clean condition and the area
must be broom, sweep satisfactory. COTR or his/her designee will
certify the clean condition after work is performed. Frequency of
Service: Contractor shall provide schedule of PM for this equipment
within 10 calendar days from the date of award. The PM will be schedule
as requested by the COTR. All PM shall be schedule on a monthly basis
to perform the required inspection, test, diagnosis, and repairs as
required to ensure the equipment is functioning and operational. In
case a repair service is performed, the PM inspection can be performed
simultaneously. Condition of equipment: The contractor shall accept
responsibility for the equipment in as it conditions. Failure to
inspect the described equipment prior to start this contract will not
relieve the Contractor from performance of these requirements.
Standards: All work shall meet the standards specified and accepted
standard of the equipment specified for the industry, the equipment
manufacture's operation and maintenance manuals, and all applicable
licenses and permits required by the Federal Government, and
Commonwealth of Puerto Rico. Offerors shall submit with their offer all
applicable licenses and permits required bythe Federal Government, and
Commonwealth of Puerto Rico. Provision 52.212-1, Instructions to
Offerors Commercial Items, is applicable. Clause 52.212-2, Evaluation
-- Commercial Items (OCT 1997). The Government will award a contract
resulting from this solicitation to the responsible offeror whose offer
conforming to the solicitation will be most advantageous to the
Government, price and other factors considered. Factors for Basis of
Award: (a) Technical capability to meet the Government requirement
(final selection(s) will be determined by the offeror that submits the
best technical proposal). (1) Experience: An outline of previous
projects, specific work previously performed or being performed, year
in business; (2) Personnel: Name, professional qualifications and
specific experience of technical personnel (Contractor shall provide
copies of certification qualifying as factory trained each employee,
including approved training by the original equipment Manufacturer or
similar equipment manufacturers), who may be assigned as a principal
performer and/or project officer; (3) Facilities: Availability and
description of special facilities required to perform in the technical
areas under consideration, required licensing to operate in the
Commonwealth of Puerto Rico. (b) Price: (All evaluation factors are
approximately equal to cost or price in accordance with FAR 15.304).
(c) Past Performance: (1) Contract performance: Describe contract
performance and critical performance with private sector facilities,
and/or other federal agencies; (2) Service Technicians: Offeror shall
submit the names of all qualified Service Technicians that will be
performing the work to include their experience. (3) References: List
references with proposal, Offerors shall submit a listing of suppliers,
bank references, and commercial activities providing credit. Include in
the listing the activity address, person to contact, and telephone
number. Offerors shall submit a certified copy of their financial
statement, preferably within the last six (6) months. Offerors shall
submit a listing of current and previous contracts performed. Include
in the listing the name of the activity, address, person to contact,
telephone number, and dollar amount of the contract. All criteria as
listed herein are required. All responsible sources may submit a
proposal that will be considered by the agency. Award may be made
without any written or oral discussions with any offeror. Competency
requirements: Offerors shall comply with all Joint Commission
Accreditation of Health Care Organizations (JCAHO) standards
requirements as prescribed in section HR.4, LD.2.10, and LD 7. Copy of
these JCAHO standards will be provide upon request by the Contracting
Officer (CO). The CO upon award of this contract will issue a Contract
Employee Handbook covering all safety requirements and additional
regulations that all contract employees shall follow and comply during
the contract period of coverage. Contractor shall provide copies of
all safety training, infection control training, and sexual harassment
training that each contract employee was trained in order to verify if
these training's are complying with JCAHO requirements to the
Contracting Officer Technical Representative (COTR) or his/her
designee. When these contract employees do not have such training or
orientations up dated, or their training or orientations are not
compatible with our type of training or orientation the COTR will
schedule such training or orientation to the contract employees as
required by JCAHO. Clause 52.212-4, Contract Terms and Conditions
Commercial Items is applicable to this acquisition (APR 1998). In
addition Clause 52.217-5, Evaluation of Options (JUL 1990), 52.217-8,
Option to Extend Services (AUG 1989), 52.217-9, Option to Extend the
Term of the Contract (MAR 1989), 52.228-5, Insurance Work on a
Government Installation, applies to this acquisition (JAN 1997),
52.246-20, Warranty of Services (APR 1984). Offeror must submit a
completed copy of provision 52.212-3, Offeror Representations, and
Certifications Commercial Items, with its proposal (JAN 1997) and
clause 52.222-48, Exemption from Application of Service Contract Act
Provisions for Contracts for Maintenance, Calibration, and/or Repair of
Certain Information Technology, Scientific and Medical and/or Office
and Business Equipment-Contractor Certification (AUG 1996). Clause
52.212-5, Contract Terms and Conditions, Required to Implement Statutes
or Executive Orders Commercial Items, that applies to this acquisition
(OCT 1998). The Contracting Officer will provide Clause 52.212-5 to
all offerors A Firm Fixed Price Contract will be awarded. Proposals
shall be requested in writing and submitted it to the address herein
not later than 3:30 p.m. local time on (Wednesday, September 9, 1998)
or faxed to 787-766-6543 and directed to attention of Rey F. Clemente
(90C). The Government will not be held responsible for quality of fax
transmittals. The solicitation number RFP672-188-99 shall be listed on
the outside of your response for identification. Posted 08/20/98
(W-SN239995). (0232) Loren Data Corp. http://www.ld.com (SYN# 0072 19980824\J-0025.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|