|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 3,1998 PSA#217382d Contracting Squadron, 136 K Avenue Ste 1, Sheppard AFB TX
76311-2739 J -- MEDICAL EQUIPMENT SERVICE CONTRACT SOL F41612-98-Q0765 DUE 091798
POC LGCS/2Lt William P. Surrey, Contract Specialist, 940/676-2804; MSgt
Kevin E. Slone, 940/676-5640. E-MAIL: Send all e-mail inquiries to: 2Lt
William P. Surrey., William.Surrey@sheppard.af.mil. Provide all tools,
parts, labor, materials, facilities, and transportation necessary to
provide maintenance on Vitek Micro-Scan, Model Senior W/CCI, Serial
#DCSA 3772, Index #9403. Base year of service will be 1 Oct 98 -- 30
Sep 99, at Sheppard AFB TX 76311 (Wichita Falls). Government is
considering four option years to run consecutively commencing 1 Oct 99.
This is a combined synopsis/solicitation for commercial services
prepared with the format in Subpart 12.6, as supplemented, with
additional information included in this notice. This announcement
constitutes the only solicitation. Quotes are being requested, and a
written solicitation will not be issued. Only faxed and mailed quotes
will be acceptable. Deadline for quotes is 17 Sep 98. This solicitation
documents and incoporates provisions and clauses in effect through
Federal Acquisition Circular 97-06. This solicitation is issued under
full and open competition. FAR Provisions 52.212-1, 52.212-2, and
Clauses 52.212-4, 52.212-5 apply to this acquisition with no addenda.
Offerors are required to complete and mail 52.212-3, Offerors
Representations and Certification -- Commercial Items, with their
quote. Offerors are required to register with the Central Contractor
Registration prior to award (888/227-2423 or http://ccr.edi.disa.mil).
Defense priorities and allocations system rating S10 applies to this
acquisition. The government anticipates award of a firm fixed-price
purchase order. The following is the Statement of Work: Service Terms:
All maintenance service shall be performed by
equipment-manufacturer-trained, English-speaking, technically-qualified
servicemen who shall record all work actions in accordance with current
applicable regulations and/or industry standard practice. Contractor
will perform two (2) preventative maintenance inspections, in Jan 99
and Jul 99; the government reserves the right to make changes to this
schedule by notifying the contractor two weeks in advance. The
contractor will give two weeks notice to the contract monitor prior to
performing scheduled service. All repair must follow manufacturer
procedure. The preventative maintenance inspection shall include, but
is not limited to, performing operational check on all systems and
correcting any deficiencies noted, verifying the systems' internal and
external calibrations are within the manufacturer's service manual,
performing an electrical check of the equipment and all accessories
included in this contract, and making electrical adjustments as
required to ensure compliance with manufacturer's specifications.
Replacing worn or defective parts (worn parts are defined as parts that
may fail prior to the next preventative maintenance visit if they are
not replaced), visually inspecting exterior of all systems for damage
and cleanliness, reporting any discrepancies to the contract manager,
making mechanical adjustments to ensure proper operation, and
consulting with the equipment operator regarding equipment performance.
Emergency service calls: On-site response within 24 hours after
notification for any outage occurring Sunday through Thursday; response
within 48 hours after notification for any outage occurring on Friday
or Saturday. System must be serviceable, to include replacement of
defective parts, within 24 hours of arrival on site. Reporting
requirements for service calls: Prior to accomplishing any work
specified in the contract, the contractor shall report to the Medical
Equipment Repair Center (MERC), Room B506, in person, to check in with
the contract manager and make a contract log entry to establish
arrival time. An escort will be provided. The MERC will develop and
maintain a legal log of system performance, noting dates and times of
notification of maintenance requests, response, and completion. The log
will provide data for the government to determine if service
requirements are being met, and will be available for review by the
contractor. Upon departure, the contractor must report to MERC control
desk and present work documentation. Contractor must ensure a work
completion entry is made in the call log. Replacement parts: All
non-consumable parts are covered. All defective replace parts will be
returned to the contract manager. All replacement parts and/or repair
parts shall be either new or remanufactured by the manufacturer's
repair center, and then quality assurance tested and approved by the
manufacturer's quality assurance department. Non-availability of
required parts will not be an excusable delay for not completing
repairs within the previously specified time frames. Upon completion of
each service visit, the contractor shall supply written calibration
documentation to the contract monitor; this documentation must specify
accuracy specifications and tolerances to which the equipment will be
calibrated. Actual and measured values normally required to certify
calibration or proper system operation must be listed. Contractor must
complete and affix the Medical Equipment Verification Certification
label, DD Form 2163, to each system upon completion of a scheduled
service inspection or unscheduled service which required a major
component change that could affect system calibration. The form is
available from the contract manager. Upon the completion of each
service call, the contractor shall provide the contract manager a
legible service report. The contract manager will countersign the
report to certify that services were rendered. The government will not
recognize any maintenance actions that have not been reported and
signed by the government contract monitor. Service reports shall
include, but not be limited to: Purpose of service, index # (equipment
ID tag), serial #, description of defect and action taken, signature
of service person(s) actually performing repairs or servicing, complete
list of parts used (to include part # and cost), travel time and
maintenance/repair time which was involved with the service, and
signature of the contract monitor. The contractor will be held liable
for errors and omissions made during the performance of this contract.
Payments will be made semi-annually. Failure in any facet of this
contract may delay payment. Invoices should be sent to: 82 CONS/LGCS,
136 K Avenue Ste 1, Sheppard AFB TX 76311-2746. Posted 09/01/98
(W-SN244661). (0244) Loren Data Corp. http://www.ld.com (SYN# 0081 19980903\J-0005.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|