Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 8,1999 PSA#2451

Contracting 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