Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 9,1999 PSA#2384

National 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