|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 8,1999 PSA#2451Contracting Officer (90C), VA Medical Center, 150 South Huntington
Avenue, Boston, MA 02130 J -- MAINTENANCE OF DICTAPHONE DICTATION EQUIPMENT SOL 523-11-00 DUE
102299 POC Michael Kennison, 617-232-9500 (5538) E-MAIL: Click here to
contact the Contracting Officer via, michael.kennison@med.va.gov. The
VA Boston Healthcare System, VA Medical Center, 150 South Huntington
Avenue, Boston, MA 02130-4893 is issuing a combined
synopsis/solicitation for Commercial Items. This synopsis is prepared
in accordance with the format in FAR Subpart 12.6, as supplemented with
additional information included in this notice. The solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 97-13. Solicitation Number
523-11-00 Request for Proposal. The medical center has a requirement
for maintenance services for Dictaphone equipment for one Dictaphone
Digital Express 7000, Model Number 7032, 3 each Model 185234 telephone
interface boards, 1 each System Manager, Model 7060, 1 each System
Manager, Model 6792, 17 each Single Select Telephone dictate stations
and transcribers, Model 0421, 2 each ESM Switches, Model 0500, 1 each
re-record Module, Model 184805, 1 each Recorder, Model 2950, Mark VI
Model 7065, 1 each 40 hour disk drive, model 184914 and 1 each
Redundancy kit, Model 185249. The contractor shall provide on-call
corrective and emergency maintenance and scheduled quarterly preventive
maintenance. The contractor shall provide all tools, equipment and
labor necessary to perform the required services. Logs shall be kept by
the contractor on all corrective and preventative maintenance calls
performed under the terms of the contract. All parts used by the
contractor shall be either original equipment manufacture (OEM) parts
or functional equivalents to and comparable in all respects to OEM
parts specifications. Service includes all parts necessary during
scheduled maintenance and service calls. Contractor shall prepare a
service ticket each time service is performed and shall promptly
deliver that ticket to the Contracting Officer's Technical
Representative for validation. Failure to do so may result in
non-payment until such time as documentation is produced. The
Contractor shall respond to on-call corrective maintenance calls within
four (4) hours from notification and to emergency maintenance service
calls within two (2) hours from notification. Normal work hours are
8:00 AM to 5:00 PM, Monday through Friday, excluding weekends, snow
days, Government holidays, and days declared holidays by Presidential
Executive Order. This is a 100% small business set-aside. The Standard
Industrial Classification Code is 7629, the size standard for a small
business being $5 million. Government intends to evaluate offers and
award a contract without discussions. Therefore, qualified contractors
should submit a quotation with their best overall lowest price.
Offerors need to submit technical and price proposals under separate
covers. The contract will be awarded using the "technically acceptable
-- low price" methodology. To be determined technically acceptable,
the offerors need to address the following factors in their technical
proposal: 1) Technical Capabilities: Provide a statement that shows an
understanding of the requirement and how this requirement will be
managed and2) Past Performance: Provide three references. Include
company name, contract number, point of contact and telephone
number(s). Award of this contract shall be subject to the availability
of funds. Performance period is 11/01/99 -- 09/30/2000. Issuance of
this Solicitation does not bind the Government to award a Contract.
This announcement constitutes the only solicitation/proposals being
requested and a written solicitation will not be issued. The Government
intends to evaluate offers and award a contract without discussions.
Therefore, qualified contractors should submit a quotation with their
best overall lowest price. The Contractor agrees to comply with the
following FAR clauses, which are incorporated in this solicitation by
reference, to implement provisions of law or executive orders
applicable to acquisitions of commercial items. FAR 52.252-2, CLAUSES
INCORPORATED BY REFERENCE -The full text of a clause may be accessed
electronically at listed address: http://www.arnet.gov/far. The
following provisions and clauses apply 52.212-1 INSTRUCTIONS TO
OFFERORS -- COMMERCIAL ITEMS, FAR 52.212-3 OFFEROR REPRESENTATION AND
CERTIFICATIONS-COMMERCIAL ITEMS. Offerors shall include a completed
copy of the provisions at FAR 52.212-3 Offeror Representations and
Certifications-Commercial Items with quote. Offerors may contact POC
for full text. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL
ITEMS, 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT
STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS. 52.232-33 Payment by
Electronic Funds Transfer-Central Contractor Registration (31 U.S.C.
3332), 52.222-41 Service Contract Act of 1965 As Amended (41 U.S.C.351,
et seq.), Additionally, offerors are required to submit DUNS number and
Taxpayer Identification Number (TIN). Submit offers to the Contracting
Officer (90C), VA Boston Healthcare System, VA Medical Center,
Building Nine, Room 413, 150 South Huntington Avenue, Boston,
Massachusetts 02130-4893 by no later than 4:30 p.m.local time, October
22, 1999. Posted 10/06/99 (W-SN389157). (0279) Loren Data Corp. http://www.ld.com (SYN# 0040 19991008\J-0005.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|