|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 25,1998 PSA#2166Veteran's Affairs Medical Center, Contracting Officer (90C),
Acquisition & Material Management Service, One Veterans Plaza, San
Juan, PR 00927-5800 J -- PM LASER IMAGER SOL RFP672-190-99 DUE 091098 POC (POC) Rey F.
Clemente (787) 766-5389 FAX (787) 766-6543 This is a combined
synopsis/solicitation for Commercial Items prepared in accordance with
the format 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. The Request for Proposal (RFP) number is
RFP672-190-99. The solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-05. This procurement is for full and open competition. The standard
industrial classification code is 7629 and the small business size
standard is $5.0M. The Department of Veterans Affairs, VA Medical
Center (VAMC) San Juan, Puerto Rico is procuring a Service Contract to
place into operation continuing systematic service for full Preventive
Maintenance (PM), cleaning, calibration, adjustment of components, and
emergency repair for equipment described below according to
manufacturer's maintenance service manual instruction and procedures at
the VAMC. The contract will be for a base year and four (4) renewable
option periods. 1001. BASE YEAR (10/01/98 to 09/30/99) Laser Imager,
SN. 00468, located at Room A1-C Nuclear Medicine Service. Note: Offeror
shall submit pricing for BASE YEAR (10/01/98 to 09/30/99) L/I# 1001 and
option years for each line item on a separate sheet as follow:
Preventive maintenance Qty. _____ per year, at the unit price $_______
and annual cost $________ for OPTION YEAR I: (10/01/99 to 09/30/00)
L/I # 2001. OPTION YEAR II: (10/01/00 to 09/30/01) L/I # 3001. OPITON
YEAR III: (10/01/01 to 09/30/02) L/I # 4001. OPTION YEAR IV: (10/01/02
to 09/30/03) L/I # 5001. Evaluation of options shall not obligate the
Government to exercise the option(s). Response Time: Contractor shall
respond to the service call within two (2) hours after notification.
Contractor shall physically report on site VAMC within four (4) hours
from the initial notification time if the problem can not be corrected
by phone. Service Calls: Contractor shall respond to all repair
service for priority maintenance within four (4) hours after
notification. Contractor shall report directly to the Contracting
Officer Technical Representative (COTR) or his/her designee, this check
in/out is mandatory during normal working hours (Monday through Friday)
from 8:00 a.m. to 5:00 p.m. and after normal working hours. If any call
is done after normal duty hours, weekends, and holidays Contractor
shall report directly to Engineering Graphic Control Center and the
COTR designed will be available at VAMC, Room: C33b, tel. (787)
758-7575 Ext. 3281. Contractor shall provide a twenty four (24) hour
emergency service response, seven (7) days a week. Emergency Repair
Service: Includes the immediate repair services on a call basis for
inoperable equipment and respond with the time specified. Service
includes all required repairs to bring the equipment to an operational
status considering malfunction is causing immediate work stoppage to
the VAMC. For emergency repair service, Contractor shall respond within
two (2) hours after notification. All service calls are unlimited for
all priority maintenance, repair service, and emergency repair service.
Labor and Parts: Contractor shall supply all labor and parts, test
instruments and tools required to perform all repair and maintenance
work. All parts shall be furnished on an exchange basis and will be new
standard parts or parts of equal quality. Contractor shall provide
proof of damaged part(s) to the COTR. Exchange parts removed from the
equipment in the schedule become the property of the Contractor.
Contractor shall have the service manuals available to perform each
maintenance or repair. Contractor shall submit a listing of parts that
are not covered in this type of contract with their offer. Contractor
shall submit detail actual cost for parts considered not being part of
the regular maintenance contract. Replacement parts: All maintenance
(preventive, repair service, and emergency repair service) shall
include replacement of parts deemed necessary by the Contractor except
those parts that are not cover in this contract. The Contracting
Officer (CO) approval is required to install any part(s) that are not
covered in this contract, and these parts will be paid either by
amendment to the purchase order covering this PM service or by issuing
a separate purchase order. Any part(s) or materiel damaged by the
Service Technician due to maintenance work shall be replaced or repair
at not additional cost to the Government. Contractor shall provide and
bear the cost of labor for maintaining the specified equipment in good
operating condition when such is required because of normal wear and
tear. Documentation: Contractor shall maintain on VAMC a separate log
for each item of equipment and each system covered in this PM contract.
The log shall list dates, items, scheduled adjustment, calibration,
maintenance work, and emergency calls. Each emergency call shall be
described with detail of the nature and causes of emergency, steps,
taken to rectify the situations, and write the specific recommendations
to avoid such conditions in the future. Service Reports: The Service
Technician shall submit each service report to the COTR or his/her
designee at the conclusion of each performance. Annual Report:
Contractor shall provide an Annual Report for all equipment and system
serviced. This Annual Report shall clearly and concisely describe the
services rendered, parts replaced, maintenance, adjustment,
certification, and repairs performed. The Annual Report shall prescribe
anticipated future needs of the equipment and systems for preventive
maintenance. Clean up: Clean up shall include the equipment site
disposal of all items and material not required remaining property of
the Government. Upon completion of any work under this contract, the
equipment site, and adjacent areas affected should be in a clean
condition and the area must be broom, sweep satisfactory. COTR or
his/her designee will certify the clean condition after work is
performed. Frequency of Service: Contractor shall provide schedule of
PM for this equipment within 10 calendar days from the date of award.
The PM will be schedule as requested by the COTR. All PM shall be
schedule by manufacturer's recommendations to perform the required
inspection, test, diagnosis, and repairs as required to ensure the
equipment is functioning and operational. In case a repair service is
performed, the PM inspection can be performed simultaneously. Condition
of equipment: The contractor shall accept responsibility for the
equipment in as it conditions. Failure to inspect the described
equipment prior to start this contract will not relieve the Contractor
from performance of these requirements. Standards: All work shall meet
the standards specified and accepted standard of the equipment
specified for the industry, the equipment manufacture's operation and
maintenance manuals, and all applicable licenses and permits required
by the Federal Government, and Commonwealth of Puerto Rico. Offerors
shall submit with their offer all applicable licenses and permits
required by the Federal Government, and Commonwealth of Puerto Rico.
Provision 52.212-1, Instructions to Offerors Commercial Items, is
applicable. Clause 52.212-2, Evaluation -- Commercial Items (OCT 1997).
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. Factors for Basis of Award: (a) Technical capability to
meet the Government requirement (final selection(s) will be determined
by the offeror that submits the best technical proposal). (1)
Experience: An outline of previous projects, specific work previously
performed or being performed, year in business; (2) Personnel: Name,
professional qualifications and specific experience of technical
personnel (Contractor shall provide copies of certification qualifying
as factory trained each employee, including approved training by the
originalequipment Manufacturer or similar equipment manufacturers), who
may be assigned as a principal performer and/or project officer; (3)
Facilities: Availability and description of special facilities required
to perform in the technical areas under consideration, required
licensing to operate in the Commonwealth of Puerto Rico. (b) Price:
(All evaluation factors are approximately equal to cost or price in
accordance with FAR 15.304). (c) Past Performance: (1) Contract
performance: Describe contract performance and critical performance
with private sector facilities, and/or other federal agencies; (2)
Service Technicians: Offeror shall submit the names of all qualified
Service Technicians that will be performing the work to include their
experience. (3) References: List references with proposal, Offerors
shall submit a listing of suppliers, bank references, and commercial
activities providing credit. Include in the listing the activity
address, person to contact, and telephone number. Offerors shall submit
a certified copy of their financial statement, preferably within the
last six (6) months. Offerors shall submit a listing of current and
previous contracts performed. Include in the listing the name of the
activity, address, person to contact, telephone number, and dollar
amount of the contract. All criteria as listed herein are required. All
responsible sources may submit a proposal that will be considered by
the agency. Award may be made without any written or oral discussions
with any offeror. Competency requirements: Offerors shall comply with
all Joint Commission Accreditation of Health Care Organizations (JCAHO)
standards requirements as prescribed in section HR.4, LD.2.10, and LD
7. Copy of these JCAHO standards will be provide upon request by the
Contracting Officer (CO). The CO upon award of this contract will issue
a Contract Employee Handbook covering all safety requirements and
additional regulations that all contract employees shall follow and
comply during the contract period of coverage. Contractor shall provide
copies of all safety training, infection control training, and sexual
harassment training that each contract employee was trained in order to
verify if these training's are complying with JCAHO requirements to the
Contracting Officer Technical Representative (COTR) or his/her
designee. When these contract employees do not have such training or
orientations up dated, or their training or orientations are not
compatible with our type of training or orientation the COTR will
schedule such training or orientation to the contract employees as
required by JCAHO. Clause 52.212-4, Contract Terms and Conditions
Commercial Items is applicable to this acquisition (APR 1998). In
addition Clause 52.217-5, Evaluation of Options (JUL 1990), 52.217-8,
Option to Extend Services (AUG 1989), 52.217-9, Option to Extend the
Term of the Contract (MAR 1989), 52.228-5, Insurance Work on a
Government Installation, applies to this acquisition (JAN 1997),
52.246-20, Warranty of Services (APR 1984). Offeror must submit a
completed copy of provision 52.212-3, Offeror Representations, and
Certifications Commercial Items, with its proposal (JAN 1997) and
clause 52.222-48, Exemption from Application of Service Contract Act
Provisions for Contracts for Maintenance, Calibration, and/or Repair of
Certain Information Technology, Scientific and Medical and/or Office
and Business Equipment-Contractor Certification (AUG 1996). Clause
52.212-5, Contract Terms and Conditions, Required to Implement Statutes
or Executive Orders Commercial Items, that applies to this acquisition
(OCT 1998). The Contracting Officer will provide Clause 52.212-5 to
all offerors A Firm Fixed Price Contract will be awarded. Proposals
shall be requested in writing and submitted it to the address herein
not later than 3:30 p.m. local time on (Thursday, September 10, 1998)
or faxed to 787-766-6543 and directed to attention of Rey F. Clemente
(90C). The Government will not be held responsible for quality of fax
transmittals. The solicitation number RFP672-190-99 shall be listed on
the outside of your response for identification. Posted 08/21/98
(W-SN240112). (0233) Loren Data Corp. http://www.ld.com (SYN# 0044 19980825\J-0005.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|