Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MARCH 13, 2001 PSA #2806
SOLICITATIONS

J -- PREVENTIVE MAINTENANCE, REPAIR AND INSTALLATION OF NUCLEAR MEDICINE CAMERAS AT TRAVIS AFB, CA

Notice Date
March 9, 2001
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535
ZIP Code
94535
Solicitation Number
Reference-Number-LGCB-01-SS-NUCLEAR-MED-CAMERAS
Response Due
March 22, 2001
Point of Contact
Rena Fagan, Contracting Officer, Phone 707-424-7737, Fax 707-424-0288, Email rena.fagan@travis.af.mil -- Clifford St Sauver, Team Leader, Phone 707-424-7739, Fax 707-424-0288, Email
E-Mail Address
Rena Fagan (rena.fagan@travis.af.mil)
Description
Potential sources are sought for the preventive maintenance, repair service and installation of Marconi SX300, 2000XP (1 EA), 3000X (1EA) and Model Axis System Nuclear Medicine Cameras located at 60th Medical Group, Travis AFB, CA. Contractor is to provide all personnel, equipment, tools, materials, transportation, supervisions and other items and services necessary to perform full preventive maintenance, installation, modifying, troubleshooting, repair of nuclear cameras. Statement of Need: Contractor must provide technically qualified service personnel who are factory trained on the maintenance, repair, and installation of 4 (four) each Marconi Nuclear Medicine Camera systems. System List: Model SX300, Site No 17961, Model 2000XP, Site No 72143, Model 3000X, Site No 72144, and Model Axis System, Site No 215252. Contractor must present certification of professional formal training ((i.e. manufacturer trained/certified) on the covered equipment. Service Coverage must consist of the following: Planned preventive maintenance service as recommended by OEM to include: A general system inspection and review of system operation, calibrating the system as necessary, system lubrication and filter replacement or cleaning, completing minor operational and reliability field engineering change notices and other remedial maintenance of a non-emergency nature. Planned maintenance service will be provided at a scheduled time within the service coverage hours that is mutually agreed upon at least one week in advance. Repair Service, due to equipment malfunction, as required: Contractor must be able to provide telephone support within two (2) hours of notification and be on site within four (4) hours of notification. Includes replacement parts as required on an exchange (refurbished) or new parts basis. Labor to install replacement parts. Travel included. Contractor must have ready access to replacement parts for these systems. Contractor must be able to respond (technician on site) to an inoperative system within four working hours after notification by government. Parts. Contractor must have direct access to required product inventory to facilitate acquisition and installation of repair parts. Contractor must be able to demonstrate ability to acquire repair parts on an urgent basis, e.g. contractual arrangement for emergency shipment of parts from OEM when required. The government is requesting contractors provide commercial market information on how they would maintain nuclear medicine cameras located on Travis AFB, CA with a program that documents all preventive maintenance, work performed, observations, and repair deficiencies (maintain quality assurance/quality control program). QUESTIONS: 1. How will you provide a preventive maintenance program on all nuclear medicine cameras? 2. What commercial industry standards would be utilized for the systems listed? 3. Please identify corporations where you have accomplished preventive maintenance on the systems listed in the last five (5) years. 4. How do you plan to obtain certification/training for employees working on the systems? 5. Provide how you would meet response and return to operable condition requirements. 6. Would you need to subcontract any of the maintenance work? Which systems would you subcontract? 7. As documenting maintenance is required, what program would be used to insure compliance with industry standards? 8. How do you perform quality control? 9. What is the normal length of contract? 10. Are there any special terms and conditions? 11. What services should be required on site? 12. Which services can be required off site? 13. What kinds of factors are used to evaluate service providers? 14. What kinds of performance incentives are used? 15. What kinds of performance assessment methods are commonly used? 16. Who are your frequent customers, including a point of contact for each? 17. Who owns or furnished needed equipment or supplies? 18. What are common qualifications of people who are providing the service? Sources shall include their business size and their experience in providing this service. The NAIC is 811219 with a standard size of $5 million. . You may provide your response by email, fax or mail to Rena Fagan. This notice is for planning purposes only and is not a solicitation. Possible period of contract will be from 1 Oct 01 through 30 Sep 02 with 4 option years. Potential sources need to express their interest in writing by 22 March 2001. Sources shall include their business size and their experience, if any in, preventive maintenance, repair service and installation of nuclear medicine cameras. This notice is for planning purposes only and is not a solicitation.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=R&P=Reference-Number-LGCB-01-SS-NUCLEAR-MED-CAMERAS&L=861)
Record
Loren Data Corp. 20010313/JSOL007.HTM (D-068 SN50F828)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on March 9, 2001 by Loren Data Corp. -- info@ld.com