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