|
COMMERCE BUSINESS DAILY ISSUE OF MAY 20,1997 PSA#1849Department of Veterans Affairs Medical Center, 10 North Greene Street,
Baltimore, MD 21201 J -- MAINTENANCE CONTRACT FOR ABBOTT DIAGNOSTICS CHEMISTRY ANALYZER
SOL 512(B)-24-97 DUE 060297 POC Kevin Davis, Contracting Officer (410)
477-7170 This is a combined synopsis/request for quotation number
512(B)-24-97, prepared in accordance with the format in Federal
Acquisition Regulations, Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; quotations are being requested and a written
solicitation will not be issued. The request for quotation incorporates
provisions and clauses in effect through Federal Acquisition Circular
90-46. This is a sole source procurement. The Department of Veterans
Affairs intends to award on a firm-fixed price to the manufacturer and
only known qualified source, Abbott Diagnostic Laboratories. A service
maintenance contract is required for the period of date of award
through September 30, 1997, with four (4) option years, for Abbott
Diagnostic Chemistry Analyzer, Model 37000107, Serial No. 4732. Site
work performed on VAMC Baltimore equipment, whether on or off site,
shall be performed in accordance with any and all applicable OSHA,
local, state, VA and/or Federal work and work place regulations,
adhering to the most stringent safety standards for personnel and
personal safety. Vendor personnel shall comply with the facility
regulations of the VAMC Baltimore. Equipment is located at the VAMC
Baltimore. The equipment shall be maintained to continuously provide
safeguards against thermal, chemical, electrical and/or mechanical
injury to personnel, patients or visitors, or damage to facilities or
equipment, including any period of maintenance. It shall be maintained
to conform to the requirements of OSHA, JCAHO, National Electrical
Code (NFPA-70-1993), NFPA 99, AAMI/ANSI ES1, ANSI C101.1, Uniform
Building Code, and Federal and VA specifications and requirements as
applicable. Leakage current tests shall be performed after each repair,
modification or preventive maintenance inspection. Contractor shall
remove no equipment, documentation, software or any other item from the
VAMC Baltimore without specific written permission from the Contracting
Officer (CO) or the Contracting Officer's Technical Representative
(COTR). This does not apply to those items which the contractor brings
on to the premises for the express purpose of completing the service
of maintenance call and incidental to repair or maintenance, e.g.
tools, diagnostic test equipment, etc.). Contractor must have ready
access to unique and/or high mortality manufacturer's replacement parts
or equipped thereto. Only new standard parts (those manufactured or
supplied by the manufacturer or equal thereto) shall be furnished by
the contractor. All parts supplied shall be of current manufacture or
shall have full versatility with presently installed equipment. The
contractor must demonstrate the ability to obtain parts in a manner,
which complies with the specific time requirements. Non-original
equipment manufactured (OEM) parts must be approved by the COTR. It is
the contractor's responsibility to provide all personnel, tools,
equipment, manuals, schematics, software (if applicable) and parts to
perform the requirements of this contract. Disposal of discarded parts
and other items used in the course of any service or maintenance,
regardless of source, and leaving all work locations in undamaged and
broom-clean condition is the responsibility of the contractor.
Contractor shall warrant repair parts, preventive maintenance parts,
and provided service. Parts are warranted for a period of one (1) year
and service is warranted for a period of six (6) months, unless
otherwise specified. All warranties begin the day after work is
accepted as complete and correct by the VAMC Baltimore. Contractor is
required to maintain equipment at manufacturer's specification level
within one (1) month of he beginning of the contract period, at no
additional charge to the VAMC. The Field Service Engineers (FSE's) must
be authorized by the contractor to perform maintenance services. The
contractor must provide written assurance of the competency of their
personnel and a list of credentials of approved FSE's for each model
the contractor services at the VAMC Baltimore, for the hospital to
review and approve. The contractor must provide a list of three (3)
reference contacts who have been provided authenticated factory trained
certificates or credentials (or acceptable substitute as approved by
the COTR) for any personnel who are servicing or installing any VAMC
equipment. The VAMC specifically reserves the right to reject any of
the contractor's personnel and refuse them permission to work on the
VAMC Baltimore equipment. The contractor shall provide the VAMC
Baltimore with a current copy of the calibration certification of all
test equipment, which is to be used by the contractor on VAMC Baltimore
equipment. This certification shall also be provided on a periodic
basis when requested by the VA. Calibration of equipment shall be
traceable to national Institute of Standards Technology (NIST, formerly
the National Bureau of Standards) through either independently
performed calibrations or traceability of the contractors own test
equipment. Hours of coverage are 8:00 a.m. to 5:00 p.m., Monday through
Friday. Contractor shall respond to all service requests within
response time listed as follows: Telephone trouble shooting/repair
service by a qualified Field Service Engineer (FSE) within two (2)
hours after initial contact by the Department of Veterans Affairs
Medical Center; an on-site visit by a qualified FSE within eight (8)
hours after the initial contact by the VAMC Baltimore during normal
work day, Monday through Friday, except weekends and holidays.
Preventive maintenance shall be performed twice during the period of
the contract. Service shall include all parts, labor and travel,
excluding consumables. The contractor's point of contact at the VAMC
Baltimore is the Contracting Officer (CO) and the Contracting Officer's
Technical Representative (COTR). Contractor will provide the telephone
number for both the general offices and the service office, and the
name of the person responsible for contract administration. Service
calls shall be taken 24 hours a day and general offices shall be
available 8:00 a.m. through 5 p.m., Eastern Standard Time, Monday
through Friday. Contractor shall also specify the method for obtaining
emergency service after normal working hours and on weekends and
holidays. Only services made by the CO or COTR are authorized. Payment
shall be denied for costs resulting from service calls placed by any
other person. Field Service Engineers shall log in and out of both
Engineering Service and the main hospital. All FSE's must first report
to the main desk located near the hospital's front entrance to obtain
a visitor's pass. During normal working hours, the FSE must then
report to Engineering Service (Room 6D-181) and return the visitor's
pass to the front desk upon exiting the building. The service ticket
must be signed by the COTR or designated representative upon completion
of the work. After normal working hours, FSE's are to report to the
Medical Administrative Assistant (MAA) after registering at the front
desk. FSE's shall provide written procedures for every safety,
performance and/or calibration check performed on VAMC equipment. They
shall also provide documentation, recording the performance of these
procedures, including actual values recorded as applicable. Service
tickets shall describe in complete detail work performed, parts used
and cost (if any), repair time, ticket time, mileage, all travel cost
of services, and the specific reasons that action taken was necessary.
Costs need not be itemized if all costs are covered by this contract.
Service tickets must be signed by the COTR or designated
representative. Work not covered by this contract shall not be
performed without first obtaining permission of the Contracting Officer
or COTR in event of a bona fide emergency outside of normal working
hours. Invoices for non-contract work performed without prior approval
will not be present before any service ticket(s) are validated.
Payment will be withheld for incomplete work if proper documentation is
notprovided to the satisfaction of the CO and COTR to meet any
applicable regulations. Except by special arrangement, scheduled PM's
shall be performed during normal working hours. Contractor shall
provide the COTR with a two working day minimum advance notice before
scheduled PM is to occur. Contractor shall provide the VAMC Baltimore
with a written statement describing when and for how long the equipment
is expected to be out of commission and contractor's policy for
rescheduling PM should equipment not be available as scheduled due to
unforeseen circumstances. Preventive maintenance and inspection shall
include, but not be limited to, cleaning, lubrication, adjustment,
calibration, testing and replacement of faulty work parts, and/or parts
which are likely to become faulty, fail or become worn, at no
additional charge, returning the instrument(s) and/or equipment to the
operating condition defined in the manufacturer's specifications.
Manufacturer's procedures and checklists are to be followed, with
copies of worksheets indicating work performed and actual values
obtained (as applicable) provided to the COTR at the completion of the
PM. Any charge for parts and material required to successfully
complete scheduled PM are included within this contract and its agreed
upon price, unless specifically stated in writing otherwise. The
contractor shall provide written confirmation that he/she had adequate
insurance protection against negligence and negligent work, worker's
compensation as required by law and other forms of liability. The
contractor's personnel shall wear visible identification at all times
while on the premises of the VAMC. A visitor's pass issued by the VAMC
Police Service is required al all times while on the premises. The
schedule of minimum wages to be paid under this contract will be issued
as an amendment to this solicitation. The following FAR provisions and
clauses apply to this request for quote and are incorporated by
reference: 52.212-1, Instructions to Offerors -- Commercial Items;
52.212-4, Contract Terms and Conditions-Commercial Items; 52.222-48
Exemption from Application of Service Contract Act Provision for
Contracts for Maintenance, Calibration, and/or Repair of Certain
Information Technology, Scientific and Medical and/or Office and
Business Equipment-Contractor Certification; 852.219-70, Veteran-Owned
Small Business; 52.232-18, Availability of Funds; 852.219-70,
Commercial Advertising; 52.217-8, Option to Extend Services; 52.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Items; 52.222-36, Affirmative Action for
Handicapped Workers; 52.212-3, Offeror Representations and
Certifications-Commercial Items. Quotation is due no later than June 2,
1997, at COB, and should be submitted either by mail to Kevin Davis,
Contracting Officer, Department of Veterans Affairs medical Center,
9600 North Point Road, Ft. Howard, MD 21052, or by FAX at
(410)477-7172. Quotation should include pricing for each option year.
A completed copy of the provision at 52.212-3, Offeror Representations
and Certifications-Commercial Items should be included with the offer.
For information on this solicitation, contact Kevin Davis, Contracting
Officer, at (410)477-7170. (0136) Loren Data Corp. http://www.ld.com (SYN# 0040 19970520\J-0005.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|