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