|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 2,1999 PSA#2467Contracting Officer (90C), VA Medical Center, 150 South Huntington
Avenue, Boston, MA 02130 J -- MAINTENANCE OF DICTAPHONE DICTATION EQUIPMENT SOL 523-13-00 DUE
111599 POC Michael Kennison, 617-232-9500, extension 5538 E-MAIL: Click
here to contact the Contracting Officer by e-mail,
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 523-13-00 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 procurement is open to all responsible offerors.
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 and 2) 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 12/01/99 -- 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, November
15, 1999. Posted 10/29/99 (W-SN396321). (0302) Loren Data Corp. http://www.ld.com (SYN# 0029 19991102\J-0002.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|