Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 30,1998 PSA#2148

Operational Contracting Office, 8110 Industrial Dr., Suite 200, USAF Academy, CO 80840-2315

W -- RENTAL/MAINTENANCE OF A MICROSCAN WALKAWAY 40 MICROBIOLOGY ANALYZER SOL F05611-99-Q0072 DUE 082598 POC Contact SSgt Ron Hixson, 719-333-4085, or Sherry Pittinger, 719-333-4908 E-MAIL: Click here to contact the contract specialist via, hixsonrr.lg@usafa.af.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation F0561199Q0072 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-7. The Standard Industrial Classification Number is 8099 and the Business Size Standard is $5 Million. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. Women and small disadvantaged business are encouraged to submit offers. The proposed contract listed here is unrestricted. CLIN 0001: The service required consists of a sole source acquisition for the rental/maintenance of Microscan Walkaway 40 Microbiology Analyzer, including all necessary reagents/disposables. Price shall include 24 hour/7 day per week repair service. Training is required for one lab tech due to section turn-over. FOB is destination. Period of performance is 01 Oct 98 through 30 Sep 99. -- QTY 12 MO -- UNIT PRICE $_______________ TOTAL PRICE $_______________ STATEMENT OF WORK 1.1 SCOPE OF WORK: The contractor shall provide the analyzer, reagents and supplies. The Miscroscan Walkaway 40 Cost-Per-Test Program also provides emergency repair, parts, labor, travel, software upgrades and preventative maintenance. 1.2 PERSONNEL. 1.2.1 POINT OF CONTACT: The Contractor shall provide a point of contact who shall be responsible for the performance of the work. The point of contact shall have full authority to act for the Contractor on all matters relating to this contract. The Contractor shall designate this individual, in writing, to the Contracting Officer (CO) before the contract start date. An alternate may be designated, but the Contractor shall identify those times when the alternate shall be the primary pointof contact. 1.2.2 AVAILABILITY: The Contractor shall provide a point of contact who shall be available via telephone for troubleshooting assistance, 7 days a week, 24 hours per day. The Contractor shall respond to repair situations by telephone response within 1 hour. For matters that can not be addressed via telephone, the Contractor will provide on-site response within 24 hours of notification. The authorized repair period for the Contractor's employee to provide on-site service is 8 A.M. until 5 P.M., Monday through Friday, excluding Federal Holidays. 1.2.3 PERSONNEL REQUIREMENTS. 1.2.3.1 EDUCATION AND TRAINING REQUIREMENTS. Contractor employees that perform equipment repairs and preventive maintenance are required to be factory trained for this piece of equipment. 1.3 RECORDS: Upon completion of any repairs or preventive maintenance the contractor or it's employee will provide documentation of the work accomplished to the Medical Equipment Repair section. 1.4 GOVERNMENT FURNISHED ITEMS AND SERVICES: The government will provide an adequate work environment to include proper heat, light, ventilation, and electrical outlets for use by contractor personnel. When contractor personnel are working in a potentially infectious area of the laboratory, they will be provided a lab jacket and gloves. 1.5 CONTRACTOR FURNISHED ITEMS AND SERVICES: Except for those items or services stated in section 1.4 to be Government furnished, the Contractor shall furnish everything required to perform this statement of work in accordance with all of its terms. All parts provided by the Contractor shall be new or of equal quality and shall incorporate the latest revision. All parts removed or replaced from the equipment shall become the property of the contractor. 1.6 SPECIFIC TASKS: The Contractor shall provide the analyzer, reagents and supplies. The Microscan Walkaway 40 Cost-Per-Test Program also provides emergency repair, parts, labor, travel, software upgrades and preventative maintenance. 1.6.1 SPECIFIC PROCEDURES FOR WHICH THE CONTRACTOR SHALL BE RESPONSIBLE 1.6.1.1 Preventive maintenance will be performed annually in accordance with manufacturers requirements. The Contractor shall schedule all preventive maintenance through the Microbiology section. Phone: (719) 333-5483 or (719) 333-5159. 1.6.1.2 The contractor shall respond to repair situations by telephone response, within 1 hour and with on-site personnel within 24 hours, excluding weekends and federal holidays. If weather conditions exist which prevent a service technician from responding within 24 hours, for on-site repairs, the microbiology section must be notified within 2 hours of the scheduled time the service repairman is to arrive. All equipment must be returned to fully operational condition before the work is accepted by a laboratory technician. The laboratory technician will inspect the work for completion and sign the work order prior to the service repairman's departure. 1.6.1.3 The Contractor shall be responsible for cleanup of any and all areas where maintenance has been performed. 1.6.1.4 All Contractor employees must check in to the Medical Equipment Repair office prior to performing any repairs or maintenance. When the necessary maintenance or repairs are complete, the Contractor employee must check out of the Medical Equipment Repair office and provide documentation of the work that was accomplished. 1.6.1.5 Reagents will be drop-shipped quarterly. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors-Commercial, addenda, acceptance time period of 70 days. The following additional FAR provisions and clauses apply: 52.212-2, Evaluation-Commercial Item, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technical acceptable; 2) Past performance; and 3) Price. Technical acceptable is considered the most important. Technical acceptable will be evaluated based on the function and operation of the items. To be technically acceptable the item shall meet the Government's specifications. Offerors shall submit descriptive literature, product samples, technical features, and warranty provisions. Past performance is considered more important than price. Past performance will be evaluated to ensure satisfactory business practices and timely performance. Price will be considered as the least important factor. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses 1, 2, 3, 6, 7, 8, and 9. DFARS 252.204-7004, Required Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payment Program (41 U.S.C. 10, E.O. 10582); 252.225-7036, North American Free Trade Agreement Implementation Act (Alt I), and 252.232-7009, Payment By Electronic Funds Transfer (CCR). The following statement apply: IT Statement -- Year 2000 Compliance Requirement -- All information technology items must be year 2000 compliant, or non-compliant items must be upgraded to be year 2000 compliant by (NOTE: no earlier than 1 Oct 99, but not later than December 31, 1999). Year 2000 compliant means information technology that accurately processes dates/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999, 2000, and leap year calculation. Furthermore, year 2000 compliant information technology, shall accurately process date/time data if the other information technology, shall accurately process date/time data if the other information technology properly exchanges date/time data with it. Offers are to be received at the Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315, no later than 3:00 P.M. mountain daylight time on 25 Aug 98. Contact SSgt Ron Hixson, Contract Specialist, at 719-333-4085 or Sherry Pittinger, Contracting Officer, at 719-333-4908. ****** Posted 07/28/98 (W-SN229173). (0209)

Loren Data Corp. http://www.ld.com (SYN# 0121 19980730\W-0003.SOL)


W - Lease or Rental of Equipment Index Page