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/PREVENTIVE MAINTENANCE CONTRACT FOR ACUSON ULTRASOUND SYSTEM MODEL 128XP/10, SN# 311 AND SN#11940 SOL RFP 662-62-98 DUE 091498 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 Acuson, 1220 Charleston Road, Mountain View, CA 94039, for preventive maintenance inspections and emergency maintenance to include parts, labor, materials, and documentation, for the Acuson Ultrasound System Model 128XP/10, S/N 311 and Probe coverage for Acuson Model 128XP/10, S/N 11940. Requirement for one-year period with two (2) one-year options. The equipment possesses hardware design and technical data proprietary to Acuson. 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. Contract provides for four (4) scheduled preventive maintenance inspections per system to be performed in the months of February, May, August and November. Date and time of inspections shall be arranged betweencontractor at least one (1) week in advance by the Contracting Officer's Technical Representative (COTR) or his/her designee. The contractor shall provide and install replacement transducers. Contractor to provide and install replacement transducers at no additional charge to the Government. Contractor to provide unlimited emergency repair service at no additional cost to the Government. The Contractor shall provide and install manufacturer recommended software upgrades and changes at no additional charge. The COTR shall be briefed by the contractor on all software upgrades/changes and agrees to each prior to installation. The contract shall have access to all software needed to operate, maintain and repair the equipment listed in the solicitation. The Contractor shall furnish evidence of license; official or legal permission; to possess, use and transfer to the Government the software described in this solicitation. Contractor's service representative shall check in and check out upon arrival and departure,this requirement is mandatory and will be strictly enforced. A copy of the service report shall be provided to the COTR, this report shall reflect the date, time of service, name of company, contract number, and name of the Contractor's service representative. As a minimum this report must contain a detailed descripton of any services or repairs performed and must also include a listing of replacement parts, when applicable. Report to include recommendations necessary to maintain the equipment. Preventive Maintenance procedures followed should be thoroughly documented (step-by-step) on the service report. A copy of this report shall be provided to the using service and Biomedical Engineering Department. Payment of invoices may be delayed if the appropriate reports are not properly completed and are not submitted to the Engineering Service as required above. Preventive Maintenance and emergency repair services shall be provided between 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 one (1) day working day turnaround on probe repair or replacement. A loaner probe will be provided if repairs or replacement cannot be completed within the 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 this contract will be considered ground for evoking the Default provisions. 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. Contractor shall guarantee that all work performed under this contract will be in optimum working conditions at the contract expiration date provided that the contractor is notified of any deficiencies at least one (1) day before the contract expiration date. All deficiencies, changes, updates, or retrofits made on any components or system shall be annotated on station equipment manuals or records by the contractor. No additional services outside of what is listed in the solicitation shall be performed by the contractor's service representative, without the authorization of only the Contracting Officer. If work is required at the contractor's facilitity, the contractor shall provide a loaner at no additional cost to the Government when requested by the COTR. The Government reserves the right to terminate service on the equipment meeting replacement criteria upon (30) days prior to written notice to the contractor, with payment to be prorated on a monthly basis. All parts, including transducers in Schedule B of the solicitation, not excluded elsewhere in this contract will be furnished by the contractor at no additional cost to the government. Parts will be replaced with new or refurnished items at contractor's option. Replacement parts become property of the contractor. When parts are required and not covered by the preventive maintenance inspection and emergency repair services, such needs will be provided under separate purchase order. The contractor's service representative will provide instructions to operators of the equipment on the daily, weekly monthly cleaning and lubrication requirements. Only qualified service engineers trained in the repair and maintenance of the equipment listed herein shall be utilized in the performance of this contract. Contractor must furnish at time of award evidence of training of each contractor service representative that will maintain this account with the VAMCSF. Only qualified service engineers trained in the repair and maintenance of the equipment listed herein shall be utilized in the performance of this contract. Requests for solicitation package must be made in writing via facsimile 415-750-2170, must 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-SN233795). (0218)

Loren Data Corp. http://www.ld.com (SYN# 0068 19980810\J-0024.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page