Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 8, 2000 PSA #2681
SOLICITATIONS

Z -- CORRECTIVE AND PREVENTIVE MAINTENANCE SERVICES ON = GOVERNMENT-OWNED EQUIPMENT

Notice Date
September 6, 2000
Contracting Office
FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. = 2B, Philadelphia, PA 19111-5083
ZIP Code
19111-5083
Solicitation Number
N00140-00-Q-3683
Response Due
September 19, 2000
Point of Contact
Point of Contact- Phillip Evans, Contract Specialist, = 215-697-9673, Contracting Officer, P. R. Russial, 215-697-9670
E-Mail Address
CLICK HERE TO CONTACT BID OFFICER (SYNOPSIS@PHIL.FISC.NAVY.MIL)
Description
This is a combined/synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with = additional information included in this notice. The Simplified Acquisition = Procedures under the test program for commercial item as set forth in FAR 13.5 = will be used in this acquisition. This announcement constitutes the only solicitation; a written solicitation will not be issued. A PAPER COPY = OF THIS SOLICITATION WILL NOT BE AVAILABLE . The RFQ number is = N00140-00-Q-3683. The solicitation document and incorporated provisions and clauses are those = in effect through Federal Acquisition Circular 97-1 and DFAR 19990503. It = is the contractor's responsibility to be familiar with the applicable clauses = and provisions. The clauses maybe accessed in full text at the following addresses: www.arnet.gov/far and www.dtic.mil/dfars. This is a sole = source action with Marconi Medical Systems. The standard industrial = classification code is 7629 and small business size standard of $5.0 million dollars. = FISC Norfolk Detachment intends to award a Firm Fixed Price contract for the = period of performance 01 Oct 2000 through 30 Sep 20001 with 4-12 month options = to Marconi Medical Systems 4514 Oakfair Blvd., Suite 104, Tampa, FL = 33610. FISC intends to acquire preventive and corrective maintenance services for = the Naval Hospital Pensacola. Marconi is required to provide preventive and = corrective maintenance services on the following systems: Elite 3000RS, Prism = 2000, MTX3100/DSS3, 810 Helios, MTX380/Clinix-T, Synergen 340, Synergen 350, = Radview 50, HF600, Vector 80, MTX380/Clinix-R, 851C/Clinix-HF, MVP-100, Advantx = and Compax 40EMPH. Prices shall be submitted for preventive and corrective maintenance service as follows: Line Item 0001, Qty-12/Mo (01 Oct 00 = thru 30 Sep 01); Line Item 0002, Qty-12/Mo (Option I -- 01 Oct 01 thru 30 Sep = 02); Line Item 0003, Qty-12/Mo (Option II -- 01 Oct 02 thru 30 Sep 03); Line Item = 0004, Qty-12/Mo (Option III -- 01 Oct 03 thru 30 Sep 04); Line 0005, Qty-12/Mo = (Option Year IV- 01 Oct 04 thru 30 Sep 05). The contractor shall provide = preventive and corrective maintenance as schedule during normal hours 7:30 AM to = 4:00 PM, weekdays, except government holidays during the period of 01 Oct 2000 = to 30 Sep 2005. All maintenance and services shall be performed by a competent, professionally (OEM) trained technically qualified service technician. = The contractor shall provide credentials/competency documentation upon = request. Coordinate all schedule maintenance with the Chief of Biomedical = Engineering. Provide a field service (FSR) for all work actions rendered. The FSR = shall reflect itemized part numbers and list price per part. Field Service = Reports shall be submitted to the Biomedical Engineering division upon work = completion in a timely manner. Documentation shall be in accordance with current regulations and industry standard practice. Contractor's = Responsibilities: Perform on-site service calls if authorized by the Chief of Biomedical Technician. Notify by phone and required to respond to corrective = maintenance requests within 24 hours, on-site within 48 hours and have the = equipment in good operating condition within 72 hours of initial request for = service. If, after 72 hours, the equipment is not in good operating condition as = determined by the operator(s). The contractor shall immediately provide a written = plan of action to the Chief of Biomedical Engineering. The contractor shall = furnish maintenance service support to include as a minimum corrective and = preventive maintenance for the equipment/system to ensure that it is kept in safe, = good operating condition. The contractor shall provide all software and = part upgrades including comparable pricing (except consumables and glassware = unless specified), labor, service literature (with schematics, diagrams, and identification of parts) and travel. Shall meet all published = specifications listed by the OEM and comply with the Navy's RAD safety standards. The contractor shall use only new OEM replacement parts. Full Service: = unlimited service calls, schedule semi-annual preventive maintenance visits as = specified in maintenance schedule, to include: A comprehensive system = check-out, calibration, alignment, adjustments and lubrication. The contractor = shall provide and install parts less than $50.00, ie: switches, leds, fuses, = if needed during the scheduled visit. Preventive Maintenance: The = contractor shall comply with the OEM's preventive maintenance procedures, and shall = include as a minimum: lubrication, internal cabinet dusting, functional checks, = calibration and adjustments necessary to keep equipment in safe, good operating = condition. Shall be responsible to report (in writing) all findings to the = designated contracting officers technical representative (COTR) or the Chief = Biomedical Engineer if corrective action is required. Preventive maintenance = inspections shall be performed during the months specified within this notice. All scheduled maintenance shall be completed no later than the 20th day of = the scheduled month. The contractor shall coordinate scheduled preventive maintenance inspections with the biomedical engineering division to = ensure equipment is free from patient scheduling. All field service reports = shall be documented using reference to the equipment PM# (preventive maintenance = number) and contract purchase order number. Field service reports shall be = dropped off in the biomedical engineering division prior to departure or faxed to = (850) 505-6165. These documents are essential to maintain service history documentation and voucher review for payment. Work Verification and Maintenance Records: The contractor shall only respond to on-site = service calls placed by the biomedical engineering division personnel. For equipment = located in the Naval Hospital, Bldg 2268, the contractor shall check in at the = security office for a temporary vendors badge and then to biomedical engineering division prior to performing any work. For equipment not located in the Naval Hospital (Bldg 2268) the = contractor shall be provided a point of contact when the service call is placed. = Upon completion of work, the contractor shall provide the end user with a = signed, legible copy of a field service report. The contractor is responsible = to ensure biomedical engineering receive a copy in a expedient manner. = Special tools, hardware, software, parts, test equipment, and equipment = maintenance literature shall be provided by contractor. The contractor shall = itemize any and all installed replacement parts/upgrades with part number/s and = list price. This documentation is required and essential for = equipment/system service history and future contract feasibility analysis. Part = Availability: Maintenance actions shall not be delayed for more than 24 hours due to = awaiting parts. All replacement parts shall be new and original equipment = manufacture listed. Point of Contact: The contractor shall provide a point of = contact for all maintenance and service calls. This information shall include the = name, address, and telephone number of assigned service personnel and the = region/area they are responsible for. Credentials: The contractor shall provide documentation verifying technical qualifications prior to the bidding = process. All field service technicians assigned to carry out this contract must = be trained by the OEM representative or equivalent. Maintenance = inspection schedule and site of the following items: Prism 2000 (full service, = 8am-5pm Mon-Fri, Months: Dec/Mar/Jun/Sep); Elite 300RS (full service, 8am-5pm, = Mon-Fri, Months: Mar/Sep); MTX3100/DSS3 (full service, 8am-5pm Mon-Fri, Months: Jan/Jul); 810 Helios (full service, 8am-5pm Mon-Fri, Months: Mar/Sep); MTX380/Clinix-T (8am-5pm Mon-Fri, PM only, Month: Apr); Synergen 340 = (8am-5pm Mon-Fri, PM only, Month: Jun); Synergen 350 (8am-5pm Mon-Fri, PM only, = Month: May); Radview 50 (8am-5pm Mon-Fri, PM only, Month: May); HF600/site# = 36964 (8am-5pm Mon-Fri, PM only, Month: Jun); HF600/site# 71774 (8am-5pm = Mon-Fri, PM only, Month: Jul); Vector 80 (full service, 8am-5pm Mon-Fri, Months: = Oct/Apr) HF600/site# 71670 (full service, 8am-5pm Mon-Fri, Months: Feb/Aug); MTX380/Clinix-R, (full service, 8am-5pm Mon-Fri, Months: Oct/Apr); 851C/Clinix-HF(full service, 8am-5pm Mon-Fri, Months: Oct/Apr); MVP-100 = (full service, 8am-5pm Mon-Fri, Months: Oct/Apr), Advantx (full service, = 8am-5pm Mon-Fri, Months: Oct/Apr) and Compax 40EMPH (full service, 8am-5pm = Mon-Fri, Months: Oct/Apr). The following FAR provisions and clauses apply to = this solicitation and are incorporated by reference FAR 52.212-1 = (Instructions to Offerors-Commercial Items) 52.212-3 (Offerors Representations and Certifications-Commercial Items) 52.212-4 (Contract Terms and = Conditions- Commercial Items), 52.212-5 (Contact Terms and Conditions Required To = Implement Statutes or Executive Orders-Commercial Items) is applicable with the following additional FAR clauses cited in the clauses: 52.203-6, = 52.219-9, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.232-33., 52.222-3, = 52.233-3 The following FAR clause is hereby incorporated by reference: 52.222-48 = "Exemption form Application of Service Contract Act Provisions". In response to = this RFQ,=20 the offeror must certify that they are in compliance with all of the = provisions set forth in FAR. 52.222-48. The following DFAR provisions and clauses = apply to this solicitation and are incorporated by reference: DFAR 252.212.7000-Offeror Representation and Certification-Commercials Item, = DFAR 252.212-7001-Contracting Terms and Conditions Required To Implement = Statues or Executive Orders Applicable To Defense Acquisition of Commercial Items, 252.204-7004, Required Central Contractor Registration. The following = clauses are incorporated by reference 52.217-8 (Option to Extend Services), = 52.217-9 (Option to Extend the Term of the Contract). The evaluation = procedures for this requirements are as such: The Government intends to make a single = award to the eligible, responsible offeror whose total offer on all items is = the lowest priced. Award will be negotiated with Marconi Medical Systems, = Inc. under authority 6.302-1. Marconi Medical Systems, Inc. is considered = to be the only manufacturer that can provide the above item. Proposals in = response to the solicitation must be submitted with instructions set in FAR 52.212-1 = paragraph (b). The proposal received must include price proposal and be in = agreement with all terms, conditions and provisions of the solicitation on = COMPANY LETTERHEAD. Proposal must include technical information and remittance address. This announcement will close at 4:00 PM (Eastern Standard = Time) on 19 September 2000. Contact Phillip Evans, who can be reached at (215) = 697-9673 or email address: Phillip_D_Evans@PHIL.FISC.NAVY.MIL. THIS NOTICE OF = INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. A determination by the = Government not to open the requirement to competition based upon responses to this = notice is solely within the discretion of the Government. Responses shall be = sent to FISC Norfolk Detachment Philadelphia, 700 Robbins Avenue, Building 2B, Philadelphia, PA 19111-5083, Attn: Bid Room, Code 02P521 and should = reference RFQ N00140-00-Q-3683.
Record
Loren Data Corp. 20000908/ZSOL024.HTM (D-250 SN493415)

Z - Maintenance, Repair or Alteration of Real Property Index  |  Issue Index |
Created on September 6, 2000 by Loren Data Corp. -- info@ld.com