Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 18,1999 PSA#2305

Department of Veterans Affairs, James A. Haley Veterans Hospital, AMMS (90C), 13000 Bruce B. Downs Blvd., Tampa, FL 33612

J -- MAINTENANCE OF MODULAR RADIATION THERAPY PLANNING COMPUTER SYSTEM SOL 673-67-99 DUE 033199 POC Charlene K. Stiens, 813-972-7655 This is a combined synopsis/solicitation for commercial items prepared in accordance with the subparts in Federal Acquisition Regulation 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. Solicitation number 673-67-99 applies and is issued as a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-10 The Standard Industrial Classification Code is 7699 and the business size standard is $5.09 million. Provide maintenance and repair of modular radiation therapy planning computer system CMS model Focus for the James A. Haley Veterans Hospital, 13000 Bruce B. Downs Blvd., Tampa, FL 33612. This proposal, if accepted shall be effective for the period April 1, 1999 or date of award if subsequent thereto through September 30, 1999 with four one year option periods. WORK STATEMENT 1. The contractor shall furnish all labor, transportation, and parts necessary to provide preventive maintenance and repair of the equipment listed below for the period 4-1-99 through 9-30-99, both dates inclusive. The contractor shall maintain all software to the most current version available and hardware items listed below. QUALIFICATIONS: To be eligible for consideration, bidders must have a field service representative who has received maintenance training specific to the equipment listed above and, upon request, provide evidence of appropriate training. Subcontracting of any ensuing award of this solicitation will not be allowed without written permission of the Contracting Officer. SERVICES TO BE PROVIDED: A. Repair 1. All repairs will be performed during normal VA business hours, 8:00 AM -- 5:00 PM, Monday-Friday, except Federal Holidays, unless otherwise specified. Contractor may work outside normal business hours by arrangement with Biomedical Engineering if such services areprovided without additional charge to the government. Any overtime charges must be approved by the Biomedical Engineer or designee prior to the initiation of overtime work. 2. A technical maintenance representative will respond by telephone to the VA within one hour of the original service call. The contractor will arrive on-site for repair within eight business hours of the original service call. Equipment will be returned to full operation within 24 business hours of the original call. On-site visits will be authorized by Biomedical Engineering only. 3. Contractor must furnish all tools and materials (e.g., service manuals, diagnostic software, parts, etc.) required to maintain the equipment in top operating condition. B. Parts -- All replacement parts, except exclusions listed below, required to keep equipment performing within the manufacturer's specifications will be provided by the contractor. All parts must meet or exceed factory specifications to maintain compatibility with systems presentlyin place and with future performance/reliability upgrades. Parts removed (replaced) by the contractor become the property of the contractor. C. Scheduled Maintenance 1. The contract will include two comprehensive scheduled maintenance inspections (preventive maintenance) to be performed in March and September. A mutually agreeable time for the inspections will be scheduled through Biomedical Engineering. 2. Preventive maintenance will be performed according to manufacturer's recommendations and will include calibrations and adjustments as necessary to insure that the system operates within manufacturer's specifications. Preventive maintenance procedures will be submitted to Biomedical Engineering for approval prior to initiation of this service contract. Parts and assemblies will be repaired or replaced as necessary. An electrical safety inspection will be done at the time of the preventive maintenance and results will be documented. SPECIAL INSTRUCTIONS: A. Contractor Check-in -- The contractor'srepresentative will report to Biomedical Engineering, D022-01, prior to performance of service. On approved overtime, contractor will report to Engineering Graphic Control, A023-01. B. Documentation -- At the conclusion of each repair or scheduled maintenance visit, the contractor will provide a written service report indicating the date of service, the model, serial number, and location of the equipment serviced, the name of the service representative, the hours worked, and the services performed and parts replaced. The reports will be delivered to Biomedical Engineering for signature when work is complete; during non-standard hours, reports will be taken to Engineering Graphic Control for signature. TERMS AND CONDITIONS: A. Exclusions -- Consumable parts and supplies are not covered under this contract. B. Inspection of Equipment -- Any site visits will be coordinated in advance with Biomedical Engineering, (813)972-7632. MONTHLY PRICING SHALL BE PROVIDED TO MAINTAIN THE FOLLOWING EQUIPMENT: MODULAR RADIATION THERAPY PLANNING COMPUTER SYSTEM LOCATED IN RTU. MODEL #FOCUS, S/N US67277310, EE #35275, TO INCLUDE THE FOLLOWING COMPONENTS: 3D HIGH RESOLUTION WORKSTATION (HP), HIGH RESOLUTION VIDEOGRAPHICS DISPLAY UNIT, SPACEBALL GRAPHICS CONTROL DEVICE, HP 7550 PLUS PRINTER/PLOTTER, HP LASER PRINTER, ACCUGRID DIGITIZING TABLET, CODONICS COLOR PRINTER, MODEM, ETHERNET TRANSCEIVER, MULTIPORT TERMINAL SERVER, UNIX OPERATING SYSTEM, DATASTOR TAPE DRIVE, ZERO FOOTPRINT HARD DRIVE, FORTRESS 1020 UPS AND ALL FOCUS RADIATION TREATMENT PLANNING SOFTWARE INCLUDING BUT NOT LIMITED TO UNIX OPERATING SYSTEM, ETHERNET TCP/IP, AUTO CONTOUR, FULL RENDERING, TIME MONITOR UNIT, MULTI PLANE VIEWING, INTERACTIVE BEAM'S EYE VIEW, EXTERNAL BEAM -- PHOTON -CLARKSON 2D, EXTERNAL BEAM -- ELECTRON- PENCIL BEAM 2D & 3D, IRREGULAR FIELD POINT DOSE CALCULATION, ASYMMETRIC BEAM, NON-COPLANAR BEAM, VOLUME CALCULATION, BOLUS, VIRTUAL SIMULATION (DRR), DOSE VOLUME HISTOGRAM (DVH), CT/MRI INTERFACE, MULTI TASKING SYSTEM, FFT CONVOLUTION ALGORITHM, BRACHYTHERAPY PRICING SHALL ALSO BE SUBMITTED FOR: option year I (10/1/99 -- 9/30/00); option year II (10/1/00 -- 9/30/01); option year III (10/1/01 -9/30/02) and option year IV (10/1/02 -- 9/30/03). All quotations will be evaluated. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price related factors. Provision 52.212-2 Evaluation Commercial Items, applies with paragraph (a) completed as follows: "The following factors shall be used to evaluate offers: (1) Past performance; (2) Qualifications; and (3) Price. Offerors shall provide a completed set of provisions with proposal found at 52.212-3, Offeror Representations and Certification -- Commercial Items. Provisions and clauses found at 52.212-1, 52.212-2, 52.212-4, 52.212-5, 52.217-8, 52.217-9, and 852.237-70 also apply. Quotations shall be submitted to the address listed above or faxed to 813-903-4838 and directed to the attention of Charlene K. Stiens (90C). Posted 03/16/99 (W-SN309113). (0075)

Loren Data Corp. http://www.ld.com (SYN# 0049 19990318\J-0005.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page