Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 23, 2001 PSA #2898
SOLICITATIONS

J -- MAINTENANCE OF GOVERNMENT-OWNED HEWLETT-PACKARD/AGILENT GC & LC/MS EQUIPMENT

Notice Date
July 19, 2001
Contracting Office
Naval Medical Logistics Command, Code 02, 1681 Nelson Street, Ft. Detrick, MD 21702-9203
ZIP Code
21702-9203
Solicitation Number
N62645-01-Q-RP-01
Response Due
August 3, 2001
Point of Contact
Ralph Payne, Contracting Officer, 301-619-3026
Description
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 N62645-01-Q-RP01. Provisions and clauses in effect through Federal Acquisition Circular 97-27 are incorporated. SIC is 8999. The Navy intends to negotiate with Agilent Technologies Incorporated, Wilmington, DE as the only source that can provide the following technical support and maintenance services. SOW. 1. The contractor shall provide all materials and services required to maintain Hewlett-Packard/Agilent Gas Chromatograph and Liquid Chromatograph Systems with Mass Selective Detectors (GC/MS and LC/MS) in like new condition at each of the following locations: Navy Drug Screening Laboratory, Great Lakes, IL; Navy Drug Screening Laboratory, Jacksonville, FL; Navy Drug Screening Laboratory, San Diego, CA; Army Forensic Toxicology Drug Testing Laboratory, Fort Meade, MD; Army Forensic Toxicology Drug Testing Laboratory, Tripler Army Medical Center, HI; Air Force Institute for ESOH Risk Analysis, Drug Testing Division, Brooks Air Force Base, TX; Armed Forces Institute of Pathology, DoD Drug Detection Quality Assurance Laboratory, Rockville, MD. 2. Personnel Qualifications. 2.1. Personnel assigned to or utilized by the contractor in the performance of this contract shall be fully capable of performing in an efficient, reliable, and professional manner. 2.2. Maintenance/ Service Technician. Contractor personnel must be fluent and easily understandable in English. Contractor personnel must have the original equipment manufacturer's (OEM) training to perform service on the equipment listed and a minimum of two (2) years experience servicing this equipment in high volume production facilities. 2.3. Contractor personnel shall check in and out with the laboratory receptionist or designated personnel prior to and after completion of services and may be required to be escorted by laboratory personnel while servicing equipment. Contractor personnel shall wear a contractor furnished identification badge that includes, at a minimum, the employee's name, title, and company name and a laboratory visitor's badge on their outer garment at all times while in the laboratory. 3. Telephone Support. 3.1. The contractor shall provide each laboratory access to a telephonic technical support line that is available at least 8 hours during the normal working hours at each laboratory. 3.2. The telephone support staff must be familiar with and capable of assisting laboratory personnel in the operation the equipment listed and applicable software. 4. Upgrades. 4.1. The contractor shall provide, install, and maintain all software and hardware upgrades introduced for the equipment listed. 4.2. All upgrades shall be compatible with existing systems and software and shall be installed after approval is obtained from the laboratory director or designated personnel. 4.3. The contractor shall provide all manuals and training necessary to accomplish the upgrades. 5. General Maintenance. 5.1. Maintenance shall be performed at the laboratory. In the event that any equipment or components must be removed by the contractor to effect repairs, written authorization must be obtained from the Commanding Officer or designated representative and equivalent operational loaner equipment provided. 5.2. The contractor shall maintain all equipment listed in working condition according to the applicable requirements of the Joint Commission of Accreditation of Health Care Organizations (JCACO), Association for the Advancement of Medical Instrumentation (AAMI), National Fire Protection Association (NFPA), Office of Compliance Center for Devices and Radiologic Health FDA Current Good Manufacturing Practices (CGMP), Healthcare Financing Administration Clinical Laboratory Improvement Act (CLIA), Substance Abuse and Mental Health Services Administration (SAMHSA), Mandatory Guidelines for Federal Workplace Drug Testing Programs, and the OEM specifications and most current maintenance guidelines. 5.2.1. Certification of compliance with ISO 9000 series standards shall be considered compliance with the applicable portions of the above guidelines. 5.3. The principal period of maintenance (PPM) is 0600-2400 (local laboratory time), Monday through Friday, excluding federal holidays. 5.4. The contractor shall respond to the laboratory telephonically within 4 hours of notification of an equipment problem and shall provide on-site service within 48 hours of notification. 5.5. All systems must be in good operating condition within 72 hours of the laboratory's first notification of a problem or a suitable loaner shall be provided. 5.6. The contractor shall run quality control checks, including instrument tune and QC samples to demonstrate system function. 5.7. There shall be no additional charge for service provided outside the PPM provided the contractor is notified of the problem during the PPM. 5.8. The contractor shall furnish all necessary labor, materials, parts, tools, and test equipment to service the equipment listed and maintains its operation. 6. Preventive Maintenance. 6.1. Each system is functionally complete and maintenance shall be performed on the complete system, whether or not each component is identified in the equipment list. 6.2. The contractor shall perform scheduled preventive maintenance on each of the systems in accordance with OEM recommendations at least two (2) times per year. Preventive maintenance on a system shall be performed at six-month intervals, plus or minus 3 weeks. The laboratory reserves the right to specify the hours and days during which preventive maintenance shall take place to minimize the impact on laboratory operations. 6.3. Preventive maintenance shall consist of, but is not limited to, analysis, examination, evaluation, adjustment, calibration, replacement of marginal parts, cleaning, lubricating, and correction/scheduled correction of all malfunctions. 6.4. Systems shall be restored to good operating condition upon completion of preventive maintenance. The contractor shall run quality control checks, including instrument tune and QC samples to demonstrate system function. 6.5. Service calls shall not substitute for scheduled preventive maintenance unless the service call is within the approved preventive maintenance timeframe and all preventive maintenance procedures are followed. 7. Parts/Tools/Software. 7.1. All replacement parts, including software, shall be OEM approved. 7.2. All replacement parts shall be guaranteed to be equal or better in all respects (performance, interchangeability, durability, quality) to new parts specified for use by the OEM. 7.3. Maintenance/Service technicians shall have access to an inventory of parts such that they can effect repairs on the first visit at least 75% of the time. 7.4. The contractor shall provide all tools, equipment, supplies, and other materials required to perform system maintenance. 7.4.1. The Government shall provide cleaning solvents if written notice is provided to the laboratory, detailing the type, grade, and quantity required, prior to the initial contractor visit. 7.4.2. The contractor is responsible for ensuring their personnel have had appropriate hazardous materials training. 7.5. All diagnostic or operating software required to test, troubleshoot, and repair these systems shall be provided by the contractor. 8. Documentation. 8.1. Upon completion of service or preventive maintenance of a system, the contractor shall provide the laboratory with a written, legible report of all actions taken. The report shall include at a minimum, date and time of service, identification (model, local control, and serial numbers) of equipment serviced, amount of time required, all parts/ materials/software required for service, description of adjustments and repairs completed, and operational status upon departure of service technician. 9. Certification of Maintainability. 9.1. At such time as the services of the contractor are terminated, expire contractually, or are otherwise not extended, the contractor shall within five (5) working days, issue a Certificate of Maintainability for all equipment covered 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 equipment 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 equipment without any one-time charges (including but not limited to repair and inspection charges) if such maintenance were assumed effective the day after the contractor's performance ceases. The contractor is responsible for bearing all costs associated with obtaining such certifications. 9.3. Should the contractor fail to issue the Certificate of Maintainability, or should any of the equipment covered under this contract fail to perform in accordance with the certification, the contractor shall be liable for any costs incurred by the Government in bringing the equipment up to maintainable levels. 10. Responsibilities of the Contractor. 10.1. The contractor shall provide maintenance (labor and parts) and shall keep the equipment in good operating condition. The systems shall be considered to be in good operating condition when no major cosmetic defects or safety hazards exist and when it operates to the original equipment specifications or laboratory testing protocols, whichever is more stringent for 95% of the laboratory's normal working hours. 10.2. Maintenance service shall not include electrical work external to the system and repair of damage resulting from accident, neglect, or misuse. 11. Responsibilities of the Government. 11.1. Government personnel shall not attempt non-routine maintenance or repairs other than operators' maintenance as described in the operators' manuals. 11.2. The government shall maintain site requirements in accordance with the equipment specifications. 11.3. The government shall provide adequate storage space for spare parts, adequate working space (including heat, light, ventilation, and electrical outlets), and telephones (for local or toll-free calls) for the service technician. 12. Items Explicitly Covered by this Contract. 12.1. Replacement parts unless parts are required due to negligence of the Government. 12.2. Preventive maintenance, regardless of when performed. 12.3. Remedial maintenance requested during the PPM, regardless of when performed. 12.4. Time spent by contractor personnel at the laboratory waiting for arrival of additional contractor personnel, delivery of parts, etc. after service has commenced. 13. Addition/Deletion of Equipment. 13.1. The Government may, at its option, add or delete equipment from this contract. Agilent must provide the following for technical evaluation and acceptance: (1) Documentation addressing each SOW paragraph stating either "concur" or "agree", and (2) Documentation of service personnel (this will include, locations of service personnel, their qualifications, and OEM training certifications). CLINs 0001 through 0007 (i.e., 0001 NDSL San Diego, 0002 NDSL Jacksonville, etc.) are for the Base Year for Maintenance of Government-Owned Hewlett-Packard/Agilent GC/MS and LC/MS Equipment. Each CLIN will include SLINs for 4 option years. Agilent must submit monthly pricing for all CLINs and SLINs. An equipment list of GC/MS and LC/MS to be maintained is available at the Contracting Office. Service acceptance will take place at the individual laboratories. Agilent shall include a completed copy of the provisions at FAR 52.212-3. Agilent 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, Agilent 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 Agilent'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. Agilent's offer is due at Naval Medical Logistics Command by 1:00 PM on or before August 3, 2001. Point of contact is Ralph Payne, 301-619-3026 or email REPayne@us.med.navy.mil.
Record
Loren Data Corp. 20010723/JSOL011.HTM (W-200 SN50S408)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on July 19, 2001 by Loren Data Corp. -- info@ld.com