Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 29,2000 PSA#2546

Naval Medical Logistics Command, Code 05, 521 Fraim Street, Ft. Detrick, MD 21702-5015

J -- TECHNICAL SUPPORT AND MAINTENANCE OF CLINICAL ANALYZERS SOL N62645-00-Q-RP01 DUE 033100 POC Ralph Payne, Contracting Officer, 301-619-3026; Nancy LaVigne, Contract Specialist, 301-619-3023 This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The Request for Quotation number is N62645-00-Q-RP01. This RFQ incorporates provisions and clauses in effect through Federal Acquisition Circular 97-15. SIC is 8999. The Navy intends to negotiate with Olympus America Incorporated, Melville, NY as the only source that can provide the following technical support and maintenance services of their AU800 analyzers. SOW. 1. Olympus shall provide all materials and services required to maintain AU800 Automated Clinical Analyzers in like new condition at each of the following locations: NDSL, San Diego, CA; NDSL, Jacksonville, FL; NDSL, Great Lakes, IL; AFTDTL, Fort Meade, MD; AFTDTL, Tripler AMC, HI; Armstrong Laboratory, Brooks AFB, TX. 2. Telephone Support. 2.1 Olympus shall provide eachlaboratory access to a telephonic technical support line that is available 24 hours a day, 7 days a week. 3. Upgrades 3.1 Olympus shall provide, install, and maintain all software and hardware upgrades introduced for the AU800s during the term of the contract. Also, Olympus shall provide all manuals and training as necessary to accomplish the upgrades. 4. Software. 4.1 Software Furnished. Olympus shall furnish all software required to operate and maintain the AU800s. Olympus shall support such software, including any revisions thereof, at no additional cost to the Government for the duration of this contract, including any renewals and extensions thereof. 5. Personnel Qualifications. 5.1 Personnel assigned to or utilized by Olympus in the performance of this contract shall, at a minimum, meet the experience, education, or other background requirements set forth below and shall be fully capable of performing in an efficient, reliable and professional manner. 5.2 Maintenance Technician. Maintenance personnel must have original equipment manufacturer's training to perform services with a minimum of two-(2) year's experience maintaining the AU800s. The technician must speak the English language fluently. 6. General Maintenance. 6.1 All maintenance shall be performed at the laboratories. In the event that any equipment components or parts thereof must be removed by Olympus to effect repairs, written authorization must first be obtained from the local Bio-Medical Maintenance Office. 6.2 Olympus is required to maintain all equipment according to all applicable requirements of the Joint Commission of Accreditation of Health Care Organizations (JCAHO), Association for the Advancement of Medical Instrumentation (AAMI), National Fire Protection Association (NFPA), and the manufacturers original equipment specifications, as well as the Office of Compliance, Center for Devices and Radiologic Health, Food and Drug Administration (CDRH) Current Good Manufacturing Practices (CGMP). 6.3 Olympus shall check in with the laboratoryreceptionist, prior to and after completion of all services. Olympus will be escorted by the laboratory personnel during any services provided to the Government. Olympus personnel shall wear a contractor furnished identification badge, and if so requested by the laboratory, a Government visitor's pass, on their outer garment at all times when performing services at the Government laboratories. Olympus furnished identification badge shall include at a minimum, the employee's name, the company name, and the employee's job title. If performing during other than the Principal Period of Maintenance, Olympus personnel are required to check in and out with the Security Officer, and to leave all service reports with the watch person on duty. 6.4 All AU800s are required to be operational within 24 hours (exception of Great Lakes which is 12 hours) of the first maintenance call placed by the Government for a particular problem (Hawaii see 6.5). If any AU800 is in a downtime status for more than 24 hours (12 hours at Great Lakes) or more than 2% of the annual available work hours, for any reason other than the fault of negligence of the Government, Acts of God, vandalism, civil insurrection, or war, Olympus shall credit the Government in the amount of 1% of the total monthly charge due under this contract, for each hour of downtime over the initial 24 hours (12 hours at Great Lakes). The credit shall be computed to the nearest half-hour. The credit shall be computed to the nearest dollar and shall not exceed 6.6% of the total monthly charge for any calendar day of downtime. 6.5 At the laboratory in Hawaii, the BMETs will provide first response support for the AU800s. The BMETs will troubleshoot and repair, with the telephonic technical assistance, until such time as four hours of troubleshooting has occurred, or the Olympus representative determines that on-site technical support is required. At that time, Olympus shall have a technical representative on-site within 24 hours of the initial call. If any AU800 is in a downtime status for more than 24 hours or more than 2% of the annual available work hours, for any reason other than the fault of negligence of the Government, Acts of God, vandalism, civil insurrection, or war, Olympus shall credit the Government in the amount of 1% of the total monthly charge due under this contract, for each hour of downtime over the initial 24 hours. The credit shall be computed to the nearest half-hour. The credit shall be computed to the nearest dollar and shall not exceed 6.6% of the total monthly charge for any calendar day of downtime. 6.6 The PPM is 0700-2300 (local laboratory time prevailing) Monday through Friday, excluding Federal holidays. 6.7 Olympus shall respond telephonically to a notification of an AU800 failure no later than 10 minutes after receipt of notification and shall begin providing service on-site no later than 2 hours after receipt of notification (for Hawaii see 6.5). 6.8 There shall be no additional charge for remedial maintenance performed outside the PPM provided that Olympus is notified of an AU800 failure during the PPM stated in 6.6. 6.9 Olympus shall furnish all necessary labor, materials, parts (e.g., including such items as components, tools, test equipment, calibration sets, etc.) to maintain the AU800s in continuous operation. 7. Preventive Maintenance. 7.1 The semi-annual preventive maintenance shall consist of two equally spaced scheduled preventive maintenance on-site calls on each of the AU800s. The Government reserves the right to specify the hours and days during which preventive maintenance shall take place to minimize impact on laboratory operations. 7.2 Preventive maintenance shall consist of, but is not limited to, analysis, examination, adjustment, calibration, replacing marginal parts and components, cleaning, lubricating, and correction of, or scheduling for correction, of all observed malfunctions. 7.3 Remedial service calls shall not substitute for scheduled preventive maintenance unless the service call is within the preventive maintenance window approved above, and the entire preventive maintenance procedures are followed. 8. Parts. 8.1 All replacement parts shall be OEM approved parts. 8.2 All replacement/spare parts shall be guaranteed to be equal in all respects (including performance, interchangeability, durability and quality), to new parts specified for use by the OEM. 8.3 Upon completion of a scheduled preventative maintenance call, Olympus shall perform all required quality control tests and furnish the laboratory with a written report of all actions taken during the preventative maintenance. 9. Certification of Maintainability. 9.1 At such time the services of Olympus is terminated, expire contractually, or are otherwise not extended, Olympus shall within five (5) working days, issue a "Certificate of Maintainability" for all AU800s maintained under this contract. 9.2 The Certificate shall state that preventive maintenance in accordance with the specifications of the OEM has been performed and that the AU800 is performing in accordance with the OEM's specifications such that the OEM (or the OEM's successor in interest) commits that it would assume maintenance of the AU800s without any one-time charges (including but not limited to repair or inspection charges) if such maintenance were assumed effective the day after Olympus's performance ceases. Olympus is responsible for bearing all costs associated with obtaining such certifications. 9.3 Should Olympus fail to issue the required Certificate of Maintainability, or should any AU800 fail to perform in accordance with the certification, Olympus shall be liable to the Government for any costs incurred by the Government in bringing the AU800s up to maintainable levels. 10. Responsibilities of Olympus. 10.1 Olympus shall provide all maintenance (labor and parts) and shall keep the AU800s in good operating condition. Maintenance service shall not include electrical work external to the AU800s, the furnishing of supplies, nor adding or removing accessories, attachments, or other devices. It shall notinclude repair of damage resulting from accident, transportation between Government sites, neglect, misuse, failure of electrical power or air conditioning, or humidity control, or cause other than ordinary use. All parts, including those required for maintenance outside the PPM, if applicable, are included in the fixed monthly charge. 11. Responsibilities of the Government. 11.1 Government personnel shall not attempt non-routine maintenance to AU800s while under the purview of the contract unless agreed to by Olympus as covered by Sections 6.4 and 6.5. 11.2 Subject to security regulations, the Government shall permit access to the AU800 that is to be maintained. 11.3 The Government shall provide, at no charge to Olympus, adequate storage space for spare parts and adequate working space (including heat, light, ventilation, electric current and outlets) and telephones (for local calls only) for Olympus maintenance personnel. 11.4 The Government shall maintain site requirements in accordance with the equipmentenvironmental specifications furnished by Olympus, if any. 12. The following will be at no additional charges to the Government. 12.1 Replacement parts, unless such parts are required due to the fault or negligence of the Government. 12.2 Preventive maintenance, regardless of when performed. 12.3 Remedial maintenance which was requested during the PPM, regardless of when the maintenance is performed. 12.4 Time spent by Olympus maintenance personnel after arrival at the laboratory awaiting the arrival of additional maintenance personnel and/or delivery of parts, etc., after a service call has commenced. 12.5 Description(s) of malfunction(s). For technical acceptance, Olympus must provide documentation stating they either "concur" or "agree" with each SOW paragraph above. CLINs 0001 through 0006 (Base Year) Technical Support and Maintenance to include SLINs for 2 option years for each CLIN. Service and acceptance of service will take place at the individual laboratories. Olympus shall include a completed copy of the provisions at FAR 52.212-3. Olympus must be registered in CCR; provide DUNS number; Cage Code and TIN. Provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items apply with the exception of (d), (e), (f), (h) and (i) of the clause, which are "Reserved". To support the offered price, Olympus shall include copies of published commercial price list, or other documentation setting forth the prices charged to the general public. Contract award will be based on the Contracting Officer's knowledge of Olympus's past performance and a determination that the proposed price is fair and reasonable. FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies. With respect to FAR 52.212-5, the following FAR clauses apply: 52-222-3, 52.225-13, 52.233-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-16, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Olympus's offer is due at Naval Medical Logistics Command by 1:00 PM on or before March 31, 2000. Point of contact is Ralph Payne, 301-619-3026 or email rpayne@nml10.med.navy.mil. See Note 22.***** Posted 02/25/00 (W-SN428503). (0056)

Loren Data Corp. http://www.ld.com (SYN# 0015 20000229\J-0004.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page