|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,2000 PSA#2633FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St.,
Suite 600, Norfolk, VA 23511-3392 65 -- MAINTENANCE OF LIEBEL-FLARSHEIM HYDRAJUST PLUS AND ILLUMENA
INJECTOR SYSTEMS SOL N00189-00-T-H534 DUE 071700 POC Dawn Sunkins at
757 443 1423 or 757 443 1424-fax E-MAIL: N00189-00-T-H534,
dawn_sunkins@nor.fisc.navy.mil. This is modification to the CBD Notice
dated June 28, 2000, submission no. 469380. This is a combined
synopsis/solicitation for commercial items prepared in accordance 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. The Standard Industrial Code (SIC) is
7699. Request for Quotes are hereby requested under RFQ
N00189-00-T-H534. This RFQ incorporates provisions and clauses that are
in effect through Federal Acquisition Circular 97-18. FISC Hampton
Roads, Acquisition Department, intends to purchase using FAR subpart
13.5 test program and simplified acquisition procedures, the following
items: Lot I-Base Year, Period of Performance: 01 Oct 00-30 Sep 01
(Clins 1001-1005). Clin 1001 Maintenance Services including all
software revisions and upgrades in accordance with the specifications
on the following: Liebel-Flarsheim Hydrajust Plus S/N 41980654,
Model#HUTPLUSRT PA#00183-000988 ( preventive maintenance shall be
performed 2 times per year). Location: Naval Medical Center,
Portsmouth, VA, Bldg 2, 2nd Floor, North Mall, Urology Clinic. Total
Cost $_____. Clin 1002 Maintenance Services including all software
revisions and upgrades in accordance with the specifications on the
following: Liebel-Flarsheim Hydrajust Plus S/N 41980655, Model#
HUTPLUSRT PA#00183-000989 ( preventive maintenance shall be performed
2 times per year). Location: Naval Medical Center, Portsmouth, VA, Bldg
2, 2nd Floor, North Mall, Urology Clinic. Total Cost $_____. Clin 1003
Maintenance Services including all software revisions and upgrades in
accordance with the specifications on the following: Liebel-Flarsheim
Hydrajust Plus S/N 08980608, Model# HUTPLUSRT PA#00183-000992 (
preventive maintenance shall be performed 2 times per year). Location:
Naval Medical Center, Portsmouth, VA, Bldg 2, 2nd Floor, North Mall,
Urology Clinic. Total Cost $_____. Clin 1004 Maintenance Services
including all parts, labor. Travel and preventive maintenance for
Illumena Injector System S/N 02990543 attached to the Polystar
Angiographic Unit, PA 00183-M50346 (preventive maintenance shall be
performed 1 time per year). Location Naval Medical Center, Portsmouth,
VA, Radiology Department. Clin 1005 Maintenance Services including all
parts, labor. Travel and preventive maintenance for Illumena Injector
System S/N 06980303 attached to the Multistar Angiographic Unit, PA
00183-M50510 (preventive maintenance shall be performed 1 time per
year). Location Naval Medical Center, Portsmouth, VA, Radiology
Department. LOT II-Option Year I, Period of Performance: 01 Oct 01-30
Sep 02. Clins 2001-2005-identical to the base year clins. Clin
2001-Total Cost $________. Clin 2002-Total Cost $________. Clin
2003-Total Cost $________. Clin 2004-Total Cost $________ and Clin
2005-Total Cost $________. LOT III-Option Year II, Period of
Performance: 01 Oct 02-30 Sep 03. Clins 3001-3005-identical to the base
year clins. Clin 3001-Total Cost $________. Clin 3002-Total Cost
$________. Clin 3003-Total Cost $________. Clin 3004-Total Cost
$________ and Clin 3005-Total Cost $________. LOT IV-Option Year III,
Period of Performance: 01 Oct 03-30 Sep 04. Clins 4001-4005-identical
to the base year clins. Clin 4001-Total Cost $________. Clin 4002-Total
Cost $________. Clin 4003-Total Cost $________. Clin 4004 Total Cost
$________ and Clin 4005-Total Cost $________. LOT V-Option Year IV
Period of Performance: 01 Oct 04-30 Sep 05. Clins 5001-5005-identical
to the base year clins. Clin 5001-Total Cost $________. Clin 5002-Total
Cost $________. Clin 5003-Total Cost $________. Clin 5004-otal Cost
$________ and Clin 5005-Total Cost $________. Total Cost for ALL years
$______________. SPECIFICATIONS: This contract shall provide for
maintenance services which include on-site corrective repairs, normal
working hour coverage (8:00 A.M. to 5:00 P.M. Monday through Friday
excluding Federal holidays) or 24-hour emergency service and routine
preventive maintenance services to Department of Defense owned
equipment, as listed on the: DD Form 1155 "Order for Supplies or
Services". It shall include all systems, subsystem components, and
assemblies that were part of the original system purchased. All
maintenance provisions shall apply to hardware, firmware, and software,
as appropriate, unless otherwise stated. 1. General a. The Contractor
shall comply with Federal, State, Local laws, and Federal Regulations
as applicable to the performance of this contract. b. The Contractor
shall not accept any instructions issued by any person employed by the
U. S. Government, other than: the Contracting Officer (KO), or
Biomedical Engineering Division (BME), all acting within the limits of
their authority. 2. Scope of Work a. The Contractor shall provide
trained, experienced, English speaking personnel, labor, tools,
diagnostic equipment, software, test phantoms, material, supplies,
transportation, parts and equipment necessary to perform Preventive
Maintenance (PM), Calibration (CAL), Safety testing (ST) and corrective
maintenance. b. The Contractor shall provide telephonic communications
with the Government to discuss technical matters relating to the
performance of this contract. A systems operator will be made available
to answer technical questions regarding system operations and
applications. c. Equipment listed in this contract will be maintained
to meet the original equipment manufacturer's (OEM's) specifications.
d. Equipment and associated components shall be serviced as listed on:
DD Form 1155, "Order for Supplies or Services". e. The Contractor
Point of Contact (POC). The Contractor shall provide in writing the
name and telephone number of a primary and alternate English speaking
individual to act as their representative for the scheduling and
coordination of service calls, and to be responsible for the
coordination of the contract with the Government. 3. Government
furnished property, Materials and Services. a. The Contractor
representative(s) at each sitemay request a pre-maintenance inspection
prior to the onset of the contract. Any equipment found to be
inoperable during this pre-maintenance inspection would be repaired
using a separate purchase order. The government certifies that the
equipment to be maintained under this contract will be in good
operating condition on the effective date of this contract. For the
purpose of this contract, the clause, "good operating condition" means
the conditions necessary for the equipment to function as intended
without corrective maintenance. The Contractor agrees to leave the
equipment in good operating condition at the expiration of this
contract. During the final week of this contract, the Government will
make final inspection of the equipment. Any correction of deficiencies
noted during this inspection shall be resolved prior to contract end.
b. The government will be responsible for maintaining the proper
environment, including utilities and site requirements necessary for
the system to function properly as specified by the OEM. c. The
Government will operate the system in accordance with the instruction
manual provided by the OEM. d. The Government will not be responsible
for the damage or loss due to fire, theft, accident, or other disaster
of Contractor supplies, materials, or for the personal belongings
brought onto Government property by Contractor's personnel. Contractor
Furnished Property and Material. a. The Contractor shall provide all
service literature, reference publications, laptop computers and
diagnostic software to be used by the contractor service technicians
and as required for the completion of the services in accordance with
this contract. b. The Contractor shall provide a diagnostic
telecommunications link between the Government work site is compatible
with remote diagnostics. The link will be provided at no additional
cost to the Government and only after the approval of the COR. The
Contractor at the termination of the contract will remove this link. 4.
Replacement Parts. a. The Contractor shall have ready access to unique
and/or high mortality replacement parts. All parts supplied shall be
compatible with the existing system. b. The Contractor shall at their
expense, replace all worn or defective parts necessary to restore the
equipment to 100% operational condition as specified by the OEM. c.
Contractor installed replacement parts shall become the property of the
Government and the replaced malfunctioning part shall become the
property of the Contractor. d. Freight, postage, and storage charges
associated with shipment and receipt of replacement parts, and the
return of parts shall be the responsibility of the Contractor. e. The
Contractor shall use only new or warranted replacement parts where the
quality is equal to or better than the OEM's original part. When
discrepancies occur, the Government will make the final determination
on whether a replacement part is of equal or better quality. f. The
Contractor must include software revisions and upgrades (field service
changes) which are required due to FDA or manufacturer announced
safety-hazard recall, to include FDA Year 2000 Compliance Directive, as
part of the contract at no additional cost to the Government. g. A
rebuilt OEM radiographic tube is authorized as long as any replacement
part installed in the OEM radiographic tube housing meets or exceeds
the original specifications of the OEM and maintains the original image
quality and system safety. Rebuilt radiographic tubes shall retain full
system capabilities of the equipment (i.e., auto-cal, compatibility
with heat storage detection). h. When supplied to the Government as
part of this contract, radiographic glassware will be installed and the
system subsequently calibrated at no additional cost to the Government.
6. Contractor Report Requirements. a. During normal duty hours,
Contracted Field Service Engineer (FSE) personnel shall check-in with
the Biomedical Engineering Division upon arrival at the Government site
and again prior to departure. The Contractor FSEs shall personally
notify Biomedical Engineering (BME) of problems that result in the
equipment being left disabled upon their departure. After normal duty
hours, Contractor FSEs shall notify the Officer of the Day Desk (Naval
Medical Center) second deck bldg. 2. And the systems operator
designated by (BME). b. The Contractor shall provide to (BME) a full
service report within two (2) days after completion of all service
performed. The service report shall include, but not be limited to:
contract number, contractor's log number, detailed description of the
service(s) performed, replacement part(s) information (part number,
part value, nomenclature, unit price, manufacturer, if not OEM, and
whether the part is new/used/reconditioned), the completion date and
time, man-hours expended and the hourly rate normally charged for the
type of service performed, model and serial numbers, and the name of
the FSE performing the service. c. The Contractor shall provide all
supporting documentation not provided with the service report in and
required bythis contract, within 15 work days of the service completion
date. 7. Contractor Responsibility. a. The Contractor shall be
responsible for all items of Government equipment throughout the period
they are under his control. b. The Contractor shall be responsible for
the repair/replacement of damaged Government owned equipment and
property due to the negligence of the Contractor or his
representatives. All such replacement or repair shall be at the
Contractor's expense and shall be inspected to the satisfaction of the
KO or appointed representative. c. The Contractor shall ensure all
areas where equipment is serviced on-site are left in a clean, neat,
safe, and orderly condition. To prevent safety hazards, no equipment
shall be left pulled out or apart upon Contractor departure from the
work site. Equipment being repaired shall be safely secured at all
times. d. The Contractor is not responsible for service required due to
Government misuse or abuse, or damage to the system or its components
when it has been determined that the damage resulted from an act of
God. The Contractor has four hours to make this determination and
submit it to the COR for resolution. 8. Preventive Maintenance
Services. a. In accordance with Naval Medical Logistics Command
(NAVMEDLOGCOM) Risk Assessment Criteria. Preventive maintenance shall
be performed __2__ time(s) per year for clins 1001-1003; and once per
year for clins 1004-1005. b. The Government shall select the months in
which preventive maintenance services are to be performed. The
preventive maintenance visits shall be performed during the following
months: January 2001 & July 2001 (clins 1001-1003) January 2001 (clins
1004 and 1005). The Government Fiscal Year runs: October through
September). The Contractor shall schedule and complete preventive
maintenance services prior to the 15th of the selected month. c. All
test equipment used in the performance of this contract will be within
calibration shall be in compliance with Joint Commission on
Accreditation of Healthcare Organization (JCAHO), Original Equipment
Manufacturer (OEM) and Federal Drug Administration (FDA) standards. d.
The Contractor shall confirm schedule dates with the COR at least five
working days prior to performing preventive maintenance services. e.
The Contractor shall schedule preventative maintenance for other than
peak patient examination times determined by the COR at each site. f.
The Contractor shall, at a minimum, perform all preventive maintenance
services as prescribed by the OEM using detailed services checklist.
The completed checklist will be provided to the Government with the
Contractor's service report. g. The Contractor shall complete a DD Form
2164, X-ray Verification/Certification Worksheet, during each
calibration as a record of calibration. The COR may authorize the use
of a Contractor developed calibration record form in lieu to the DD
Form 2164. h. All test equipment used in the performance of this
contract will be routinely calibrated and the calibration shall be in
compliance with theCenter for Device and Radiological Health and
Federal Drug Administration (FDA) standards. i. The Contractor shall
affix or update a DD Form 2163, Medical Equipment
Verification/Certification label, upon completion of each calibration.
The DD Form 2163 shall be affixed to the system as directed by the
COR. j. There shall be three levels of Preventive Maintenance service
available. These three levels shall be 1) Full Service -- all PM shall
be performed by the Contractor; 2) Shared Services -- Government
Biomedical Technicians shall jointly participate with the Contractor on
PM inspections; 3) Limited Service -- Government Biomedical Technicians
shall accomplish PM inspections per General Electric specifications. 9.
Corrective Maintenance (Refer to DA DA 15-96-D0010) a. ___X__ Normal
Working Hour Maintenance Coverage Maintenance Coverage will be Monday
through Friday, between 8:00 A.M. to 5:00 P.M. The contractor shall
respond via telephone within __2__ business hours after receipt of
trouble call, and provide on-site service within __8__ business hours.
Equipment shall be operational within __24__ business hours. The
Government reserves the right to deduct from the Contractor's payment
an amount per hour equal to the number of hours the Contractor fails to
respond, as specified in the contract. Emergency service outside the
normal working hours by the Government site shall be billable to the
Government at published commercial rates, and negotiated prior to
services rendered. c. Government request for corrective maintenance
will be placed by (BME), to the Contractor's POC. Corrective
Maintenance shall be completed during the hours specified in the
contract. d. The Contractor shall assign a unique Log/Reference Number
to each Government request for corrective Maintenance. e. Contractor's
response to requests for service may include telephone consultation
with the equipment user/operator and a Contractor FSE. Telephone
consultation shall: 1) provide instruction in determining operator
error; 2) to determine the most likely cause of the problem; 3) to
determine if resolution of the problem requires the dispatch of a FSE;
and 4) to identify replacement parts likely to be required in order to
return the equipment to 100% operational condition as specified by the
OEM. f. Each level of service shall include all parts to be furnished
by the Contractor at No cost to the Government, unless otherwise
indicated. Any/all exclusions are listed as follows: Federal Holidays
g. The Contractor shall have his/her own service manuals,
specifications, schematic diagrams, and parts lists to assist in the
evaluation/repair of all equipment included in this contract. 10.
Removal of Government Property a. Whenever the repair of equipment
cannot be performed at the Government site as determined by the
Contractor, the Contractor shall notify (BME) who will make
arrangements for the Contractor to remove the item to the Contractor's
designated site. The Contractor may be required to sign a Government
form accepting responsibility for the Government equipment. Only
equipment requiring major disassembly, major overhaul, or
repair-by-replacement shall normally be removed from the government
site. b. All charges resulting from a Contractor determined requirement
to transport Government owned property, covered by this contract, to
and from an alternate repair location shall be the responsibility of
the Contractor. 11. Equipment Modification Upgrades a. The Contractor
shall only incorporate OEM specified modifications, alterations and
upgrades. Approval shall be obtained from (BME) prior to the Contractor
installation of any modification, alteration, or upgrades. b. The
Contractor shall maintain contact with the OEM to determine the
requirement for field modifications and to ensure accomplishment of
these modifications in accordance with the time schedule set forth by
the OEM. c. The Government shall not alter the system without prior
notification to the Contractor. d. The contractor at no additional cost
shall provide software upgrade to the Government. Installation of
upgrades will be left to the discretion of the Government. 12. Service
Beyond the Scope of the Contract a. The Contractor shall immediately,
but not later than 24 consecutive hours after discovery, notify (BME),
in writing, of the existence or the development of any defects in, or
repair required to the scheduled equipment which the Contractor
considers they are not responsible for under the terms of this
contract. b. At the same time of the notification, the Contractor shall
furnish (BME) with written estimate of the cost to make the necessary
repairs. Repairs considered by the Contracting Officer to be outside
the scope of this contract shall not be covered under this contract,
but shall be ordered under a separate purchase order. The following FAR
provisions and clauses apply to this solicitation and are incorporated
by reference: Availability of Funds (Apr 1984); FAR 52.212-1
Instructions to Offerors-Commercial and FAR 52.212-2
Evaluation-Commercial Items. Offerors shall include acompleted copy of
the provision at FAR 52.212-3 Offeror Representations and
Certifications-Commercial Items, with its offer. Clause FAR 52.212-4
Contract Term and Conditions Required to Implement Statues and
Executive Orders-Commercial Items applies to this acquisition. All
offers are due no later than 4:00 P.M. Eastern Standard Time on 17 July
2000. Selection of an offer for award will be based on (i) Price and
(ii) Past Performance. Past Performance is slightly more important than
price. The government reserves the right t Posted 06/28/00
(W-SN469441). (0180) Loren Data Corp. http://www.ld.com (SYN# 0183 20000630\65-0002.SOL)
65 - Medical, Dental and Veterinary Equipment and Supplies Index Page
|
|