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