Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,2000 PSA#2633

FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392

65 -- MAINTENANCE OF LIEBEL-FLARSHEIM HYDRAJUST PLUS AND ILLUMENA INJECTOR SYSTEMS SOL N00189-00-T-H534 DUE 071700 POC Dawn Sunkins at 757 443 1423 or 757 443 1424 E-MAIL: N00189-00-T-H534, dawn_sunkins@nor.fisc.navy.mil. This is a modification to the CBD Notice dated June 28, 2000, submission no. 469462. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Standard Industrial Code (SIC) is 7699. This RFQ, N00189-00-T-H534, incorporates provisions and clauses that are in effect through Federal Acquisition Circular 97-18. FISC Hampton Roads intends to purchase using FAR subpart 13.5 test program and simplified acquisition procedures, the following: Lot I-Base Year, Period of Performance (POP): 01 Oct 00-30 Sep 01 (Clins 1001-1005). Clin 1001 Maintenance Services including all software revisions and upgrades in accordance with the specifications on the following: Liebel-Flarsheim Hydrajust Plus S/N 41980654, Model#HUTPLUSRT PA#00183-000988 ( preventive maintenance (p. m.) shall be performed 2 times per year). Total Cost $_____. Clin 1002 Maintenance Services including all software revisions and upgrades in accordance with the specifications on the following: Liebel-Flarsheim Hydrajust Plus S/N 41980655, Model# HUTPLUSRT PA#00183-000989 (p. m. shall be performed 2 times per year). Total Cost $_____. Clin 1003 Maintenance Services including all software revisions and upgrades in accordance with the specifications on the following: Liebel-Flarsheim Hydrajust Plus S/N 08980608, Model# HUTPLUSRT PA#00183-000992 (p. m. shall be performed 2 times per year). Total Cost $_____. Performance Location of Clins 1001-1003 is Naval Medical Center, Portsmouth, VA (NMC), Bldg 2, 2nd Floor, North Mall, Urology Clinic. Clin 1004 Maintenance Services including all parts, labor. Travel and preventive maintenance for Illumena Injector System S/N 02990543 attached to the Polystar Angiographic Unit, PA 00183-M50346 (p. m. shall be performed 1 time per year). Clin 1005 Maintenance Services including all parts, labor. Travel and preventive maintenance for Illumena Injector System S/N 06980303 attached to the Multistar Angiographic Unit, PA 00183-M50510 (p. m. shall be performed 1 time per year). Performance Location of Clins 1004-1005 is NMC, Radiology Department. LOTS II-LOT V for FY02-FY05 all clins identical to the base year clins. LOT II-Option Year I, POP: 01 Oct 01-30 Sep 02. Clin 2001-Total Cost $________. Clin 2002-Total Cost $________. Clin 2003-Total Cost $________. Clin 2004-Total Cost $________ and Clin 2005-Total Cost $________. LOT III-Option Year II, POP: 01 Oct 02-30 Sep 03. Clin 3001-Total Cost $________. Clin 3002-Total Cost $________. Clin 3003-Total Cost $________. Clin 3004-Total Cost $________ and Clin 3005-Total Cost $________. LOT IV-Option Year III, POP: 01 Oct 03-30 Sep 04. Clin 4001-Total Cost $________. Clin 4002-Total Cost $________. Clin 4003-Total Cost $________. Clin 4004 Total Cost $________ and Clin 4005-Total Cost $________. LOT V-Option Year IV POP: 01 Oct 04-30 Sep 05. Clin 5001-Total Cost $________. Clin 5002-Total Cost $________. Clin 5003-Total Cost $________. Clin 5004-otal Cost $________ and Clin 5005-Total Cost $________. Total Cost for ALL years $______________. SPECIFICATIONS: This contract shall provide for maintenance services which include on-site corrective repairs, normal working hour coverage (8:00 A.M. to 5:00 P.M. Monday through Friday excluding Federal holidays) or 24-hour emergency service and routine preventive maintenance services to Department of Defense owned equipment, as listed on the: DD Form 1155 "Order for Supplies or Services". It shall include all systems, subsystem components, and assemblies that were part of the original system purchased. All maintenance provisions shall apply to hardware, firmware, and software, as appropriate, unless otherwise stated. 1. General a. The Contractor shall comply with Federal, State, Local laws, and Federal Regulations as applicable to the performance of this contract. b. The Contractor shall not accept any instructions issued by any person employed by the U. S. Government, other than: the Contracting Officer (KO), or Biomedical Engineering Division (BME), all acting within the limits of their authority. 2. Scope of Work a. The Contractor shall provide trained, experienced, English speaking personnel, labor, tools, diagnostic equipment, software, test phantoms, material, supplies, transportation, parts and equipment necessary to perform Preventive Maintenance (PM), Calibration (CAL), Safety testing (ST) and corrective maintenance. b. The Contractor shall provide telephonic communications with the Government to discuss technical matters relating to the performance of this contract. A systems operator will be made available to answer technical questions regarding system operations and applications. c. Equipment listed in this contract will be maintained to meet the original equipment manufacturer's (OEM's) specifications. d. Equipment and associated components shall be serviced as listed on: DD Form 1155, "Order for Supplies or Services". e. The Contractor Point of Contact (POC). The Contractor shall provide in writing the name and telephone number of a primary and alternate English speaking individual to act as their representative for the scheduling and coordination of service calls, and to be responsible for the coordination of the contract with the Government. 3. Government furnished property, Materials and Services. a. The Contractor representative(s) at each site may request a pre-maintenance inspection prior to the onset of the contract. Any equipment found to be inoperable during this pre-maintenance inspection would be repaired using a separate purchase order. The government certifies that the equipment to be maintained under this contract will be in good operating condition on the effective date of this contract. For the purpose of this contract, the clause, "good operating condition" means the conditions necessary for the equipment to function as intended without corrective maintenance. The Contractor agrees to leave the equipment in good operating condition at the expiration of this contract. During the final week of this contract, the Government will make final inspection of the equipment. Any correction of deficiencies noted during this inspection shall be resolved prior to contract end. b. The government will be responsible for maintaining the proper environment, including utilities and site requirements necessary for the system to function properly as specified by the OEM. c. The Government will operate the system in accordance with the instruction manual provided by the OEM. d. The Government will not be responsible for the damage or loss due to fire, theft, accident, or other disaster of Contractor supplies, materials, or for the personal belongings brought onto Government property by Contractor's personnel. Contractor Furnished Property and Material. a. The Contractor shall provide all service literature, reference publications, laptop computers and diagnostic software to be used by the contractor service technicians and as required for the completion of the services in accordance with this contract. b. The Contractor shall provide a diagnostic telecommunications link between the Government work site is compatible with remote diagnostics. The link will be provided at no additional cost to the Government and only after the approval of the COR. The Contractor at the termination of the contract will remove this link. 4. Replacement Parts. a. The Contractor shall have ready access to unique and/or high mortality replacement parts. All parts supplied shall be compatible with the existing system. b. The Contractor shall at their expense, replace all worn or defective parts necessary to restore the equipment to 100% operational condition as specified by the OEM. c. Contractor installed replacement parts shall become the property of the Government and the replaced malfunctioning part shall become the property of the Contractor. d. Freight, postage, and storage charges associated with shipment and receipt of replacement parts, and the return of parts shall be the responsibility of the Contractor. e. The Contractor shall use only new or warranted replacement parts where the quality is equal to or better than the OEM's original part. When discrepancies occur, the Government will make the final determination on whether a replacement part is of equal or better quality. f. The Contractor must include software revisions and upgrades (field service changes) which are required due to FDA or manufacturer announced safety-hazard recall, to include FDA Year 2000 Compliance Directive, as part of the contract at no additional cost to the Government. g. A rebuilt OEM radiographic tube is authorized as long as any replacement part installed in the OEM radiographic tube housing meets or exceeds the original specifications of the OEM and maintains the original image quality and system safety. Rebuilt radiographic tubes shall retain full system capabilities of the equipment (i.e., auto-cal, compatibility with heat storage detection). h. When supplied to the Government as part of this contract, radiographic glassware will be installed and the system subsequently calibrated at no additional cost to the Government. 6. Contractor Report Requirements. a. During normal duty hours, Contracted Field Service Engineer (FSE) personnel shall check-in with the Biomedical Engineering Division upon arrival at the Government site and again prior to departure. The Contractor FSEs shall personally notify Biomedical Engineering (BME) of problems that result in the equipment being left disabled upon their departure. After normal duty hours, Contractor FSEs shall notify the Officer of the Day Desk (Naval Medical Center) second deck bldg. 2. And the systems operator designated by (BME). b. The Contractor shall provide to (BME) a full service report within two (2) days after completion of all service performed. The service report shall include, but not be limited to: contract number, contractor's log number, detailed description of the service(s) performed,replacement part(s) information (part number, part value, nomenclature, unit price, manufacturer, if not OEM, and whether the part is new/used/reconditioned), the completion date and time, man-hours expended and the hourly rate normally charged for the type of service performed, model and serial numbers, and the name of the FSE performing the service. c. The Contractor shall provide all supporting documentation not provided with the service report in and required by this contract, within 15 work days of the service completion date. 7. Contractor Responsibility. a. The Contractor shall be responsible for all items of Government equipment throughout the period they are under his control. b. The Contractor shall be responsible for the repair/replacement of damaged Government owned equipment and property due to the negligence of the Contractor or his representatives. All such replacement or repair shall be at the Contractor's expense and shall be inspected to the satisfaction of the KO or appointed representative. c. The Contractor shall ensure all areas where equipment is serviced on-site are left in a clean, neat, safe, and orderly condition. To prevent safety hazards, no equipment shall be left pulled out or apart upon Contractor departure from the work site. Equipment being repaired shall be safely secured at all times. d. The Contractor is not responsible for service required due to Government misuse or abuse, or damage to the system or its components when it has been determined that the damage resulted from an act of God. The Contractor has four hours to make this determination and submit it to the COR for resolution. 8. Preventive Maintenance Services. a. In accordance with Naval Medical Logistics Command (NAVMEDLOGCOM) Risk Assessment Criteria. Preventive maintenance shall be performed __2__ time(s) per year for clins 1001-1003; and once per year for clins 1004-1005. b. The Government shall select the months in which preventive maintenance services are to be performed. The preventive maintenance visits shallbe performed during the following months: January 2001 & July 2001 (clins 1001-1003) January 2001 (clins 1004 and 1005). The Government Fiscal Year runs: October through September). The Contractor shall schedule and complete preventive maintenance services prior to the 15th of the selected month. c. All test equipment used in the performance of this contract will be within calibration shall be in compliance with Joint Commission on Accreditation of Healthcare Organization (JCAHO), Original Equipment Manufacturer (OEM) and Federal Drug Administration (FDA) standards. d. The Contractor shall confirm schedule dates with the COR at least five working days prior to performing preventive maintenance services. e. The Contractor shall schedule preventative maintenance for other than peak patient examination times determined by the COR at each site. f. The Contractor shall, at a minimum, perform all preventive maintenance services as prescribed by the OEM using detailed services checklist. The completed checklistwill be provided to the Government with the Contractor's service report. g. The Contractor shall complete a DD Form 2164, X-ray Verification/Certification Worksheet, during each calibration as a record of calibration. The COR may authorize the use of a Contractor developed calibration record form in lieu to the DD Form 2164. h. All test equipment used in the performance of this contract will be routinely calibrated and the calibration shall be in compliance with the Center for Device and Radiological Health and Federal Drug Administration (FDA) standards. i. The Contractor shall affix or update a DD Form 2163, Medical Equipment Verification/Certification label, upon completion of each calibration. The DD Form 2163 shall be affixed to the system as directed by the COR. j. There shall be three levels of Preventive Maintenance service available. These three levels shall be 1) Full Service -- all PM shall be performed by the Contractor; 2) Shared Services -- Government Biomedical Technicians shall jointly participate with the Contractor on PM inspections; 3) Limited Service -- Government Biomedical Technicians shall accomplish PM inspections per General Electric specifications. 9. Corrective Maintenance (Refer to DA DA 15-96-D0010) a. ___X__ Normal Working Hour Maintenance Coverage Maintenance Coverage will be Monday through Friday, between 8:00 A.M. to 5:00 P.M. The contractor shall respond via telephone within __2__ business hours after receipt of trouble call, and provide on-site service within __8__ business hours. Equipment shall be operational within __24__ business hours. The Government reserves the right to deduct from the Contractor's payment an amount per hour equal to the number of hours the Contractor fails to respond, as specified in the contract. Emergency service outside the normal working hours by the Government site shall be billable to the Government at published commercial rates, and negotiated prior to services rendered. c. Government request for corrective maintenance will be placed by (BME), to the Contractor's POC. Corrective Maintenance shall be completed during the hours specified in the contract. d. The Contractor shall assign a unique Log/Reference Number to each Government request for corrective Maintenance. e. Contractor's response to requests for service may include telephone consultation with the equipment user/operator and a Contractor FSE. Telephone consultation shall: 1) provide instruction in determining operator error; 2) to determine the most likely cause of the problem; 3) to determine if resolution of the problem requires the dispatch of a FSE; and 4) to identify replacement parts likely to be required in order to return the equipment to 100% operational condition as specified by the OEM. f. Each level of service shall include all parts to be furnished by the Contractor at No cost to the Government, unless otherwise indicated. Any/all exclusions are listed as follows: Federal Holidays g. The Contractor shall have his/her own service manuals, specifications, schematic diagrams, and parts lists to assist in the evaluation/repair of all equipment included in this contract. 10. Removal of Government Property a. Whenever the repair of equipment cannot be performed at the Government site as determined by the Contractor, the Contractor shall notify (BME) who will make arrangements for the Contractor to remove the item to the Contractor's designated site. The Contractor may be required to sign a Government form accepting responsibility for the Government equipment. Only equipment requiring major disassembly, major overhaul, or repair-by-replacement shall normally be removed from the government site. b. All charges resulting from a Contractor determined requirement to transport Government owned property, covered by this contract, to and from an alternate repair location shall be the responsibility of the Contractor. 11. Equipment Modification Upgrades a. The Contractor shall only incorporate OEM specified modifications, alterations and upgrades. Approval shall be obtained from (BME) prior to the Contractor installation of any modification, alteration, or upgrades. b. The Contractor shall maintain contact with the OEM to determine the requirement for field modifications and to ensure accomplishment of these modifications in accordance with the time schedule set forth by the OEM. c. The Government shall not alter the system without prior notification to the Contractor. d. The contractor at no additional cost shall provide software upgrade to the Government. Installation of upgrades will be left to the discretion of the Government. 12. Service Beyond the Scope of the Contract a. The Contractor shall immediately, but not later than 24 consecutive hours after discovery, notify (BME), in writing, of the existence or the development of any defects in, or repair required to the scheduled equipment which the Contractor considers they are not responsible for under the terms of this contract. b. At the same time of the notification, the Contractor shall furnish (BME) with written estimate of the costto make the necessary repairs. Repairs considered by the Contracting Officer to be outside the scope of this contract shall not be covered under this contract, but shall be ordered under a separate purchase order. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: Availability of Funds (Apr 1984); FAR 52.212-1 Instructions to Offerors-Commercial and FAR 52.212-2 Evaluation-Commercial Items. Offerors shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items and the Performance Risk Assessment Questionnaire with its offer. Clause FAR 52.212-4 Contract Term and Conditions Required to Implement Statues and Executive Orders-Commercial Items applies to this acquisition. All offers are due no later than 4:00 P.M. EST on 17 July 2000. Selection of an offer for award will be based on (i) Price and (ii) Past Performance. Past Performance is slightly more important than price. The government reserves the right to award to other than the lowest price offeror. Offerors should also provide this office with the a price proposal on letterhead or a SF 1449 for the requested items; prompt payment terms, remittance address, CAGE Code and DUNS #, product/service description, a commercial price list. All offers shall be sent to Fleet Industrial Supply Center, Acquisition Group, 1968 Gilbert St., Ste. 600, Norfolk, VA 23511, Attn: Dawn Sunkins-Code 202B6. Faxed responses are acceptable, reference solicitation N00189-00-T-H534. Posted 06/28/00 (W-SN469465). (0180)

Loren Data Corp. http://www.ld.com (SYN# 0184 20000630\65-0003.SOL)


65 - Medical, Dental and Veterinary Equipment and Supplies Index Page