|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1998 PSA#2155Department of Veterans Affairs 662/90C, 4150 Clement St., San
Francisco, CA 94121 J -- SERVICE/MAINTENANCE CONTRACT FOR HP SONOS OR IMAGING SYSTEM SN
3003A10200 SOL RFP 662-68-98 DUE 091498 POC POC: Ms. Maria Graciano,
415-750-2066, FAX 415-750-2170 Sole Source commercial item. The VA
Medical Center, San Francisco, California, (VAMC-SF) intends to
negotiate with Hewlett Packard, Medical Products Division, 321 East
Evelyn Avenue, Mountain View, CA 94039-7521, for preventive maintenance
inspections and emergency maintenance to include parts, labor and
documentation, for the Sonos OR Imaging System SN 3003A10200, Model
77040A which includes HIFI VCR Model AG7350P, and 5.0/3.7 MHz Omniplane
TEE Probe Model 21364A. Requirement for one-year period with two
one-year options. The equipment possesses hardware design and technical
data proprietary to Hewlett Packard. No substitution of parts is
acceptable. This acquisition shall be conducted under FAR Part 12 for
commercial services. Services shall be paid on a fixed price, monthly
basis in arrears. Replacement parts shall be deemed to be included in
the monthly price. Replacement or repair parts shall be new or
refurbished items at Contractor's option. Two (2) scheduled preventive
maintenance inspections per system to be performed in the months of
December and June. The contractor shall provide and install replacement
transducers. The contractor shall also provide unlimited emergency
repair service upon request of the Contracting Officer's Technical
Represenatitive (COTR) between regular scheduled maintenance
inspections at no additional cost to the Government. In addition, the
contract shall provide a copy of his/her field service report. When the
removal of any equipment is required in order to make repairs at the
manufacturer's shop, a loaner at no additional charge shall be provided
to the Government. Services for preventive maintenance inspections and
emergency repair service shall be provided during normal working hours
of 8:00 a.m., to 5:00 p.m., Monday through Friday except holidays.
Holidays are those Federal holidays observed by the United States
Government. During normal working hours the contractor shall respond
via phone within two (2) hours; if required, on site, within twenty
four (24) hours after being called by the COTR or his/her designee. The
contractor shall provide a one (1) working day turnaround on probe
repair or replacement. A loaner probe will be provided if repairs or
replacement cannot be provided within this time frame. A penalty will
be accessed if the contractor fails to return a system to full
operation within 72 hours of being notified of a system malfunction.
The penalty will equal 1/50 of the semi-annual rate, for that system,
for every 24 hour period over the initial 72 hours. Failure to perform
any of the services set forth in the contract will be grounds for
invoking the Default Provisions. Contractor's service representative
shall report upon arrival and departure to the Point of Contact or
his/her designee. Both the check-in and check-out procedures defined
above are mandatory and will be strictly enforced. All work performed
shall be accomplished in accordance with manufacturer's instructions,
including but not limited to adjustments, calibrations, lubrications,
cleaning, testing, replacement of worn or defective non-consumable
parts, etc., required to keep the equipment in good operable condition.
Contract shall guarantee all equipment covered in this contract. Only
those services specified within are authorized under this contract.
Upon award, the contractor must provide documentation/proof that only
qualified service engineers, trained in the repair and maintenance of
the equipment shall work on any of the above mentioned equipment. The
Government reserves the right to terminate service on the equipment
meeting replacement criteria upon thirty (30) days prior to written
notice to the contractor, with payment to be prorated on a monthly
basis. Requests for solicitation package must be made in writing via
facsimile 415-750-2170, shall include name of Contract Specialist,
solicitation number, documentation demonstrating that your firm
possesses the authorization, training, and capability to perform
maintenance on this equipment and historical access to replacement
parts, your complete mailing address, point of contact, phone number,
your facsimile number and business size. As this action is being
conducted as an acquisition of a commercial item (FAR 5.203 (c)), award
may be made after 20 days of publication of this notice.***** Posted
08/06/98 (W-SN233623). (0218) Loren Data Corp. http://www.ld.com (SYN# 0053 19980810\J-0009.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|