Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1999 PSA#2408

Fleet & 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