|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 8,1998 PSA#2175Veteran's Affairs Medical Center, Contracting Officer (90C),
Acquisition & Material Management Service, One Veterans Plaza, San
Juan, PR 00927-5800 J -- PREVENTIVE MAINTENANCE AND REPAIR SERVICES SOL RFP672-193-99 DUE
091298 POC Ana G Alvarado 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 being
requested, a written solicitation will not be issued. The Request for
Proposal (RFP) number is RFP672-193-99.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. SIC (Standard Industrial Classification Code) 7629 is
applied, business size standard is $5.0M. The Department of Veterans
Affairs, VA Medical Center (VAMC), San Juan, PR has the requirement to
furnish all necessary labor, equipment and parts to provide preventive
maintenance (PM) and repair services for the equipment listed below
located at the VAMC, San Juan in PR. The contract will be for one (1)
base year and four (4) option years. This requirement is for an IDIQ
(indefinite delivery/indefinite quantity) -- fixed price. BASE YEAR
(10/01/98 TO 9/30/99) 1001. VACUUM STEAM STERILIZER CASTLE SYBRON,
MODEL M/C 3433, S/N 610496, PM 6530-6822, located at the Basement, Room
D1. Cost per month $__________. 1002. VACUUM STEAM STERILIZER SYBRON,
MODEL 3433, S/N 343078, PM 6530-6821, located at the Basement, Room D1.
Cost per month $__________. 1003. GAS STERILIZER AERATOR CASTLE SYBRON,
MODEL M/C 3371, S/N 660062, PM 6530-6786, located at the Basement, Room
D1. Cost per month $__________. NOTE: Option line items are the same as
described in the base year listed above. Offeror shall submit pricing
for BASE YEAR (10/01/98 to 09/30/99) L/I # 1001 through 1003 and for
each option year on a separate sheet as follows: OPTION YEAR I:
(10/1/99 to 09/30/00) L/I # 2001 through 2003. OPTION YEAR II:
(10/01/00 to 09/30/01) L/I # 3001 through 3003. OPTION YEAR III:
(10/01/01 to 09/30/02) L/I # 4001 through 4003. OPTION YEAR IV:
(10/01/02 to 09/30/03) L/I # 5001 through 5003.Contract service shall
ensure that the equipment functions in conformance with the latest
published edition of NFPA-99 and OSHA in accordance with VA National
Acquisition Center's performance standards and specifications for the
Aerators, etc. Contractor shall maintain the equipment in accordance
with the Conformance Standards. HOURS COVERAGE: Repair services shall
be performed during seven (7) days a week, 24 hours a day (up
requested). PM will be performed monthly at any time/date within the
month. The COTR will approve any exception to the repair services
and/or PM schedule if required without additional cost to the
Government. RESPONSE TIME: Contractor shall provide a 24 hours
emergency telephone number. Upon notification of equipment malfunction
by the COTR or designee, the Contractor Service Technician shall be
report on site area to perform required work within (2) two hour from
the time of initial notification. PREVENTIVE MAINTENANCE: Contractor
shall complete the scheduled PM within (2) two working days after the
schedule date and approved by the government. PM shall include, but
need not be limited to, the following: cleaning of equipment, reviewing
operating system to ensure that the system is operating to the
manufacturer's specifications, calibrating and lubricating the
equipment, performing remedial maintenance of non-emergent nature,
testing and replacing faulty and worn parts and/or parts which are
likely to become faulty, fail or become worn, inspecting all components
(i.e., PRV, safety, transducers, etc.), as necessary, measuring and
adjusting and calibrating as necessary, inspecting and replacing where
indicated, electrical wiring and cables for wear and fraying,
inspecting, and replacing indicated all mechanical components
including, but not limited to; mounting hardware, and support devices,
cables and mounting hardware, chains, belts, bearings and tracks,
interlocks, clutches, motors, doors for mechanical integrity, safety,
and performance, returning the equipment to the operating condition
defined in Conformance Standards., providing documentation of services
performed, inspecting, calibrating and leak checks according to the
PRM schedule in the manufacturer's service manual. REPAIR SERVICES: The
contractor shall provide repair services which may consist of
calibration, cleaning, oiling, adjusting, replacing parts, installing
glassware (without additional cost to the Government. The Contractor
shall complete the work within the scope of the service call within two
(2) working days after receipt of the notification. Order limitations
as below: minimum repair services calls three (3) per year; maximum
repair services calls for a single item is fourteen (14) per year.
Maximum repair services calls for a combination of items are forty-two
(42) calls. EMERGENCY REPAIR SERVICES: Contractor shall complete the
work within the scope of the service call within one (1) working day
after receipt of the notification. SERVICE REPORTS: Contract shall
submit to the COTR service reports indicating procedures utilized at
completion of the PM and repair services. If the PM and/or repair
services are not completed for any reason (needs parts, parts still
pending to received, etc.) the Service Technician shall be documented
this in details on the service report and shall specify when he/her
will return to completed the work. The service report will include
detailed descriptions of the scheduled and unscheduled maintenance
procedure performed, including replaced parts and required parts. In
addition, Service Report shall include two (2) copies: One copy shall
be provided to the service equipment user in accordance with the JCAHO
requirement and the 2nd copy shall be provided to the COTR or
designee. Service report shall at a minimum document the following data
legibly and in complete detail: Name of the contractor, Name of the
Service Technician who performed the services, service report number,
Date &Time (starting and ending), Contract number, Description of the
problem reported by COTR or equipment user, identification of equipment
to be serviced, itemized description of service perform, Service
Technician performing services described, Signatures: Service
Technician performing services described, COTR and/or designee who
witnessed service described. PARTS: No part shall be utilized for any
purpose other than for which it has been designed and manufactured.
Parts shall be completely compatible with the existing equipment in the
schedule. The contractor shall perform the work to meet uptime
requirements. Used parts shall not be utilized. All maintenance
(preventive, repair services, and emergency repair services) shall
include replacement of parts deemed necessary by the contractor. 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. Parts
cost less than $250.00 each shall be part of the maintenance portion
of the contract. VAMC, San Juan will provide all parts exceeding cost
of $250.00 each. OFFEROR SHALL SUBMIT A DETAILED INVENTORY LISTING OF
THE PARTS COVERED BY THE CONTRACT. Contractor shall immediately notify
to COTR parts needs. Any part or material damage due to maintenance
work shall be repaired or replaced at no additional cost to the
government. Contractor shall provide and bear the cost of labor for
maintaining the specified equipment in good operating condition.
SERVICE MANUALS: The VAMC shall not provide service manuals to the
contractor. The contractor shall obtain have on file and make available
to its Service Technician's all operational and technical
documentation, (such as operational and service manuals, schematics,
and parts list), which are necessary to meet the performance
requirements of this contact. The location and listing of the service
data manuals shall be provided to the CO upon request. REPORTING
REQUIREMENTS: The contractor shall be required to report to the COTR or
designee during the normal working hours (7:00am to 4:00pm) for
check-in/check-out. After normal duty hours, weekends, and holidays
contract service technician shall report directly to Engineering
Graphic Control Center located in the VAMC basement, Room C33B,
telephone: (787) 758-7575 X-3281. Check-in/check-out is mandatory.
(COTR name, location and telephone number will be provided after
contract award). WORK CONTROL: All maintenance and repair shall be
fully warranted against defects in the products, replacing defective
parts (thirty [30] calendar days) and or workmanship (sixty [60]
calendar days). The Contractor shall ensure that all maintenance and
repair is given the priority and manpower to accomplish all assigned
work within the allowed time frame. Lack of parts, materials, supplies
and equipment which delay the service shall not be an acceptable cause
for non-performance of the service. PAYMENT: Payment for services will
be made MONTHLY in arrears by certified invoice upon submission of a
properly prepared invoice to: VA Medical Center, One Veterans Plaza,
Fiscal Service (04B), San Juan, PR 00927. Invoice shall include at a
minimum the following: invoice date, invoice number, company name,
address, telephone no., contract no., purchase order no., description,
unit cost, total amount. CHARGES: There will be no additional charge
for time spent at the site during, or after the normal hours of
coverage awaiting the arrival of additional Service Technician and/or
delivery of parts. When the equipment covered by this contract is
discontinued, the VA will terminate that portion of the contract upon
(30) thirty days upon written notice to the contract. The Contractor
shall honor orders for service for periods of less than one year.
Payment for equipment serviced for fractional parts of the contract
year shall be prorated on the basis of 1/12 of the yearly rate for each
month and/or 1/30 of the monthly rate for each day less than a full
month for which service has been rendered. REPORTING REQUIRED SERVICES
BEYOND THE CONTRACT SCOPE: Contractor shall immediately, but not later
than 24 hours consecutive after discovery notify the CO and COTR, (in
writing), of the existence or the development of any defects in, or
repairs required to the scheduled equipment which the Contractor
considers is not responsible for under the terms of the contract.
Contractor shall furnish the CO and COTR with a written estimate of the
cost to make necessary repairs. CONDITION OF EQUIPMENT: The contractor
accepts responsibility for the equipment in "as is" condition. Failure
to inspect the equipment prior will not relieve the contractor from
performance of the requirements. SERVICE TECHNICIAN: The contractor
shall be required to have at minimum two (2) service technician. The CO
and/or the COTR specifically reserve the right to reject any of the
contractor's personnel and refuse them permission to work on the VAMC
equipment. If subcontractor(s) are used, CO must approve them; the
contractor shall submit any proposed change in subcontractor(s) to the
CO for approval/disapproval. The CO may authenticate the training
requirements, request training certificates or credentials from the
contractor at any time for any personnel who are servicing or
installing any VAMC equipment. TEST EQUIPMENT: Prior to commencement of
work on the equipment the contractor shall provided to the COTR a copy
of the current calibration certification of all test equipment, which
is to be used by the contractor on VAMC equipment. This certification
shall also be provided on a periodic basis when requested by the VAMC.
Test equipment calibration shall be traceable to a national standard.
The provision 52.212-1 Instructions of Offerors -- Commercial Items
(AUG 1998), 52.212-2 Evaluation- Commercial Items (OCT 1997) applies.
Addendum clauses 52.212-18 Facsimile Proposal, 52.212-2 Evaluation --
Commercial Items. (OCT 1997) also applies. FACTORS FOR BASIS OF AWARD:
Proposals submitted in response to this solicitation and that meet the
solicitation requirements shall be evaluated in accordance with the
following factors in descending order. All evaluation factors other
than price are significantly more important than price and will have
more weight. (a) Technical capability: (1) Experience: Number of years
in maintenance and repair of the equipment listed, number of years
maintaining the specific make and model of equipment. Offeror shall
submit evidence of the organization's qualifications, experience and
achievements, past and present. Reference are required including
name(s) of customer(s) with which the offeror has contract(s), type of
contract, cost of contract and brief description of the work
performed, the geographic location of the office performing the work,
telephone number, manufacturer's name, model number and model number.
Offeror shall demonstrate evidence of their ability to respond to
emergency situations. (2) Personnel Qualification: Offeror shall
furnish the name(s) of all "fully qualified" service technicians
primary and backup. "Fully qualified" is based upon training and on
experience in the field. For training, the offeror shall included copy
of certificates training for each Service Technician that has
successfully completed a formalized training program, for the equipment
identified. For field experience, the Service Technician(s) has a
minimum of two years of experience, with respect to scheduled and
unscheduled preventive and remedial maintenance. Offeror shall provide
evidence by certificate from an approved technical and/or college
based course of study and any documentation of length of experience
working on the equipment. (b) Past Performance: (1) Contract
performance: Describe contract performance and critical performance
with private sector facilities, and/or other federal agencies. (2)
References: List references with proposal, offerors shall submit
contracts within the last 2 years to include client name, address,
telephone number, person to contact and dollar amount of contract and
other relevant information to allow for evaluation of performance of
this acquisition. All criteria herein are required. (c) Price: Final
selection will be determined by the offeror that submits the best
technical proposal. Award may be without any written or oral
discussions with any offeror. The Government may make multiple awards
for the services listed herein to those responsible offerors whose
offers, conform to the factors as listed in priority. SAFETY
REQUIREMENT: In performance of this contract the contractor shall take
such safety precautions as the Contracting Officer or designee may
determine to be reasonably necessary to protect the lives and health of
occupants of the building. The Contracting Officer or designee will
notify the Contractor of any non-compliance with the foregoing
provisions and the action to be taken. The Contractor shall after
receipt of such notice, immediately correct the condition to which
attention has been directed. Such notice, when served on the Contractor
or his/her representative at the site of work, shall be deemed
sufficient for the purpose aforementioned. IDENTIFICATION, PARKING,
SMOKING, AND VA REGULATION: The ContractorService Technician shall wear
visible identification at all times while on the premises of the VAMC.
It is the responsibility of the contractor to park in the appropriate
designated parking areas. Information on parking is available from the
VA Police Section. The VAMC will not invalidate or make reimbursement
for parking violations of the contractor under any conditions. Smoking
is prohibited inside any building at the VAMC. Possession of weapons
is prohibited. Enclosed containers including tool kits shall be subject
to search. Violations of VA regulations may result in citation
answerable in the United States (Federal) District Court, no a local
district, state or municipal court. COMPETENCY REQUIREMENTS: The
contractor shall compliance with Join Commission Accreditation of
Health Care Organizations (JCAHO) requirements. To compliance with
JCAHO requirement the Contractor shall provided written confirmation
that employees are competent to perform the task assigned on this
contract. This written confirmation shall specify in which areas each
contract employees are competent. Upon contract award CO will provide
a Contract Employee Handbook for contractor references. The following
provisions and clauses are applicable and are hereby incorporated into
the solicitation by reference will be provided by the contracting
Officer in full text upon request. Offeror shall submit a completed
copy of provision 52.212-3 Offeror Representations, and Certifications
-- Commercial Items (JAN 1997) and 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) with the proposal. 52.212-5
Contract Terms and Conditions Required to Implement Statues or
Executive Orders -- Commercial Items (JUN 1998), applicable clauses
(52.203-6, 52.203-10, 52.22-26, 52-222-35, 52.222-36, 52.222-37,
52.225-3, 52.239-1, 52.247-64, 542.222-41, 52.222-43, 52.222-47).
52.216-18 Ordering (OCT 1995), 52.216-19 Order Limitations (OCT 1995),
52.216-21 Requirements (OCT 1995), 52.216-22 Indefinite Quantity (OCT
1995), 52.212-4 Contract Terms and Conditions -- Commercial Items
(APRI 1998), 52.215-1 Instructions to Offerors -- Competitive
Acquisition (OCT 1997), 52.246-20 Warranty of Services (APR 1984),
52.246-4 Inspection of Services -- Fixed-Price (AUG 1996), 52.232-33
Mandatory Information for Electronic Funds Transfer Payment (AUG 1996),
52.228-5 Insurance -- Work on a Government Installation (JAN 1997)
applies to this acquisition. 52.216-27 Single or Multiple Awards (OCT
1995), 52.242-13 Bankruptcy (JUL 1995), 52.217-5 Evaluation of Options
(JUL 1990) (evaluation of options shall not obligate the Government to
exercise the option(s)). 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 (JAN 1997) and 52.232-18
Availability ofFunds (APR 1984). Proposals are requested in writing and
shall be submitted to the address herein not later than 4:00pm local
time on Friday, September 8, 1998 or faxed to 787-766-6543 directed to
Ana Alvarado. The Government will not be held responsible for the
quality of fax transmittals. The solicitation number RFP672-193-99
shall be listed on the outside of your response for identification.
Posted 09/03/98 (W-SN245903). (0246) Loren Data Corp. http://www.ld.com (SYN# 0093 19980908\J-0013.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|