|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1999 PSA#2408Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 J -- SERVICE AND MAINTENANCE FOR GE MARQUETTE MEDICAL SYSTEMS
EQUIPMENT SOL N00244-99-T-B054 DUE 082499 POC Nicole Hunga, Contract
Specialist 619-532-2574 FAX: 619-532-1088 or 619-532-1089 WEB: Click
here to view additional business opportunites,
http://www.neco.navy.mil. E-MAIL: Click here to contact the contract
specialist via, nicole_m_hunga@sd.fisc.navy.mil. This is a combined
synopsis-/-solicitation for a commercial item prepared in accordance
with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented
with additional information included in this notice. THERE WILL BE NO
WRITTEN REQUEST FOR QUOTATION ISSUED; A FAXED COPY OF THE REQUEST FOR
QUOTE MAY BE REQUESTED BY CONTACTING THE CONTRACT SPECIALIST AT
619-532-2574 OR VIA E-MAIL AT nicole_m_hunga@sd.fisc.navy.mil . The
solicitation number for this Request for Quotation is N00244-99-T-B054.
This solicitation and incorporated provisions and clauses are those in
effect through Federal Acquisition Circular 97-12. This solicitation
is issued on a restricted basis, under Standard Industrial Code 7629
with a small business standard of $5 Million. FISC San Diego has a
requirement for the following items: Item 0001 is for service and
maintenance for medical equipment in accordance with the attached
statement of work and equipment list. STATEMENT OF WORK: (a) The period
of performance for this contract is from 01 October 1999 through 30
September 2000. (b) Prior to any service being provided the service
representative will contact the Medical Repair Division at (760)
830-2158 in order to ensure that the equipment will be available and
that the service is authorized. (c) The Contractor shall provide 1
(one) Preventive Maintenance Inspection per Manufacturer's
requirements. The time to be determined by mutual agreement between the
Biomedical Engineering Division and the Contractor. The scheduled
maintenance will meet or exceed the manufacturers recommendations for
Preventive maintenance and calibration. This P.M. visit is to include
a complete system calibration, and upon completion of calibration, will
meet or exceed the manufacturers specifications and tolerances.
Documentation of calibration will be provided to the Biomedical
Engineering Division in the form of a Vendors Field Service Report. See
Paragraph (g). (d) All Preventive Maintenance will include but not be
limited to: Cleaning, Calibration, Electrical Circuit Checks,
Electrical Safety Checks, and Equipment Certification as required. (e)
The Contractor is to provide unlimited Emergency Service calls. (f)
The Contractor will respond on-site within 24 hours of the service call
for all emergency services. The Contractor will report to the
Biomedical Engineering Division prior to commencing services. (g) A
Vendors Field Service Report will be left with the Biomedical
Engineering Division upon completion of the service. The contractor
shall contact the Duty Biomedical Technician for after hours delivery
of the field service report. The Service Report will include: (1)
Contract Number and Hospital PM number (2) Name, Model and Serial
Number of Equipment (3) Reason for Visit (4) Service Provided (5) A
Listing of all replacement parts and their prices (6) Arrival and
Completion time (7) The name of the person who requested the service
(h) The cost of repair or additional work due to the negligence, or
poor workmanship on the part of the contractor or his/her employees, or
due to their failure to follow the manufacturer's specifications, will
be absorbed entirely by the contractor. The cost of the repair of
damage to the unit caused by misuse or negligence on the part of the
user, will be absorbed by the Government. (i) Persons authorized to
place calls under this contract are: (1) Representatives of Medical
Repair Division (2) Department Head and Purchasing Agents of the
Material Management Department (j) All travel, labor, software
upgrades, and parts (replacement and preventive maintenance) are to be
included under this contract. (k) Unlimited 24 hour toll free service
assistance calls, product improvements and in-service training during
the PM visit (m) Maintenance Credit for system downtime: If a
machine(s) remain unusable due to an equipment and/or operating
malfunction through no fault of the government for a period greater
than 36 consecutive hours, the contractor shall grant a credit to the
government for each hour of downtime in the amount of 1/30th of the
total monthly charges due under this contract, for each 24 hour period
that the unit is inoperable. No credit shall accrue to the government
during those periods when the contractor is denied access to the
equipment and the amount of credit granted under this paragraph for
each machine shall not exceed 1/30th of the total charge for the
machine for any calendar day. Credit for equipment malfunctions shall
be computed to the nearest half or whole hour. During a period of
downtime, the government may use operable equipment when such action
does not interfere with remedial maintenance. All equipment is
manufactured by GE Marquette Medical Systems. EQUIPMENT LIST IS
AVAILABLE WITH FAXED REQUEST FOR QUOTE. All equipment is located at
Naval Hospital, Twenty-Nine Palms, California. Acceptance shall be at
destination. The following provisions apply: FAR 52.212-1, Instructions
to Offerors Commercial Items; FAR 52.212-4 Contract Terms and
Conditions Commercial Items, FAR 52.212-5 Contract Terms and Conditions
Required To Implement Statues or Executive Orders Commercial Item
applies with the following applicable clauses for paragraph (b): FAR
52.222-21Prohibition of Segregated Facilities, FAR 52.222-26 Equal
Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and
Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped
Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans
and Veterans of the Vietnam Era, FAR 52.232-33 Payment by Electronic
Funds Transfer -- Central Contractor Registration, DFAR 252.212-7001
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Applicable to Defense Acquisition of Commercial Items,
applies with the following clauses applicable for paragraph (b) DFAR
252.225-7001 Buy American Act and Balance of Payment Program, and DFAR
252.225-7012 Preference for Certain Domestic Commodities. DFAR
252.204-7004 Required Central Contractor Registration, applies to all
solicitations issued on or after 6/1/98. LACK OF REGISTRATION IN THE
CCR DATABASE WILL MAKE AN OFFEROR/QUOTER INELIGIBLE FOR AWARD. Please
ensure compliance with this regulation when submitting your quote. Call
1-888-227-2423 or on the Internet at http://ccr.edi.disa.mil for more
information. OFFERORS ARE REQUIRED COMPLETE AND INCLUDE A COPY OF THE
FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, OFFEROR
REPRESENTATION AND CERTIFICATIONS COMMERCIAL ITEMS. 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: Award will be made to
the Offeror that meets the solicitation's minimum criteria for
technical acceptability at the lowest price. To be determined
technically acceptable the Offeror must furnish product literature that
demonstrates the products offered meet all requirements stated in the
above purchase descriptions for all Line Items . ALL
RESPONSIBLEOFFERORS ARE TO SUBMIT CURRENT PRICING, PAYMENT TERMS, CAGE
CODE, DUNNS AND BRADSTREET NUMBER, TAX IDENTIFICATION NUMBER AND ALL
APPLICABLE SPECIFICATIONS REGARDING THIS SOLICITATION. Also required
are copies of applicable commercially published price lists pertaining
to your company's products that meet the specifications. Quotes must
be received no later that 3:00 p.m. PST, August 24, 1999 and will be
accepted via FAX (619-532-1088 or 619-532-1089) Attn: Nicole Hunga. DO
NOT MAIL. Clause information can be downloaded from the internet from
the following addresses: http://www.arnet.gov/far/ or
http://www.acq-ref.navy.mil/turbo/arp51.htm/ Posted 08/10/99
(W-SN365995). (0222) Loren Data Corp. http://www.ld.com (SYN# 0052 19990812\J-0014.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|