Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1998 PSA#2155

Department 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