Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 20,1997 PSA#1849

Department 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