|
COMMERCE BUSINESS DAILY ISSUE OF JULY 9,1999 PSA#2384National Institutes of Health, National Heart, Lung, and Blood
Institute, Contracts Operations Branch, 6701 Rockledge Drive, Room
6100, MSC 7902, Bethesda, MD 20892 J -- SERVICE AND MAINTENANCE FOR 1.5T G.E. CARDIAC MAGNETIC RESONANCE
INSTRUMENT SOL NHLBI-PS-99-464 POC Gina M. Cianflone, Contract
Specialist, (301) 435-0363; Christopher Belt, Contracting Officer,
(301) 435-0366 NIH intends to procure on a sole source basis to G.E.
Medical Systems, 7272 Park Circle Drive, Hanover, MD 21076 for service
and maintenance for a 1.5T G.E. cardiac Magnetic Resonance Instrument
(MRI). Specifically, the Contractor shall (1) Supply replacement parts
as required on an exchange (good-as-new) or new part basis in order to
maintain the equipment at the specifications of the cardiovascular MRI
system (CV/i), the independent research console, the independent review
console, and the advantage windows workstation. This includes
associated computer systems and software, (2) Standard Shift Coverage:
The contractor shall provide on-site remedial service and maintenance
during normal working hours (from 8:00 AM and 5:00 PM local prevailing
time, Monday through Friday). On-call backup service support shall be
provided when the on-site service engineer is not available (e.g.
holidays, vacations, illness, and training periods). The on-call backup
service engineer shall be on-site within three hours ofthe NIH placing
a telephone service request,, (3) Second shift coverage: The
contractor shall provide on-call coverage for remedial service and
scheduled maintenance during second shift working hours (5:00 PM to
9:00 PM local prevailing time, Monday through Friday). The on-call
service engineer shall be on-site within three hours of the NIH placing
a telephone service request. Scheduled maintenance shall be performed
at a mutually agreed upon time (usually 5:00 PM through 12:00 AM local
prevailing time, Monday through Friday). If system problems occur late
during the standard shift or are so major as to likely extend into the
second shift, it shall be the responsibility of the service engineer
to invoke this service so as to minimize the system downtime, (4) After
hour coverage: The contractor shall provide off hour coverage (no
charge for parts, hourly charge for labor) 24 hours per day, 7 days per
week. The on-call service engineer shall be on the site within three
hours of the NIH placing a telephone service request, (5) Weekly
scheduled maintenance inspections and adjustments shall be performed as
specified by the manufacturer for such items as power supply
adjustments, hydraulic system checks, oxygen monitor tests, RF and
gradient amplifier tests and calibration, mechanical interlock and
assembly checks, filter replacement, lubrication, cleaning, cryogen
transfill, and alignment of magnetic tape, optical disk, and magnetic
disk drives, (6) Technical support and remote diagnostics shall be
provided by the contractor 24 hours per day, 7 days per week. This
telephone support shall be available within one hour of the NIH placing
a service request, (7) The Contractor shall provide a daily check of
the system error logs. The Contractor assumes the responsibility for
correcting problems as noted therein, (8) The Contractor shall provide
upgrade services for the 1.5T instrument and accessories on an as
needed basis. The upgrades shall be subject to the Changes Clause, FAR
52-243-1, Alternate II. Upgrade services include, but are not limited
to: delivery/installation of hardware or software, and reconfiguration
of the system. The Contractor shall provide all hardware and software
necessary for requested upgrades. The Contractor shall continue to
provide maintenance of the system as upgraded, (9) Contractor
Responsibilities: The Contractor shall provide all necessary
documentation, repair parts, spare parts, accessories, maintenance
supplies, all special tools, test and support equipment, travel and
transportation, personnel skill requirements, and other related
services required in performance of maintenance tasks to keep the
equipment in good operating condition, except for costs of repairs
occasioned by fault or negligence of the Government or its agents, (10)
Interchangeability of parts is required. (NRC Wash C8) (Oct 1992). All
replacement/spare parts and supplies to be furnished by the Contractor
under this contract shall be guaranteed to be equal in all respects
(including performance, interchangeability, durability, and quality) to
parts specified by the OEM. It is believed that G.E. Medical Systems,
is the sole-source for this requirement under the authority of FAR
6.302-1 because G.E. Medical Systems, Inc. is the only company that can
properly service and maintain the 1.5T cardiovascular MRI scanner which
is a unique prototype device. As a prototype system, unique monitoring
equipment has been added allowing the acquisition of raw radio
frequency signals coming from the scanner and digitized ECG recordings
at test points not normally accessed by the end user. Modifications
such as these require proprietary information about the system and
hands on experience knowing how to translate the diagrams to practical
implementations. Any competing firm that believes it is capable of
providing the above requirement is invited to provide sufficient
documentation to demonstrate that capability to the contract
specialist, Gina M. Cianflone, National Heart, Lung, and Blood
Institute, Contracts Operations, Procurement Section, Building RKL2,
Room 6150A, 6701 Rockledge Drive, Bethesda, Maryland 20892-7902. Note
22: The proposed contract action is for service and maintenance for
which the Government intends to solicit and negotiate with only one
source under authority of FAR 6.302. Interested parties may identify
their interest and capability to respond to the requirement or submit
proposals. This notice of intent is not a request for competitive
proposals. However, all proposals received within 10 calendar days
after date of publication of this synopsis will be considered by the
Government. A determination by the Government not to compete this
proposed contract based upon responses to this notice is solely within
the discretion of the Government. Information received will normally
be considered solely for the purpose of determining whether to conduct
a competitive procurement. Posted 07/07/99 (W-SN351283). (0188) Loren Data Corp. http://www.ld.com (SYN# 0056 19990709\J-0016.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|