COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 25, 2000 PSA #2713
SOLICITATIONS
J -- FULL AND PREVENTIVE MAINTENANCE OF SIEMENS BRAND NUCLEAR MEDICINE CAMERA SYSTEM
- Notice Date
- October 23, 2000
- Contracting Office
- Contracting Officer (90C), Dept of Veterans Affairs Medical Center, Bldg 5 Rm 212, Alexandria, LA 71306
- ZIP Code
- 71306
- Solicitation Number
- 502-08-01
- Response Due
- October 27, 2000
- Point of Contact
- Bernice Griffin, Contracting Officer, 318-473-0010 X 2240
- E-Mail Address
- bernice.griffin@med.va.gov (bernice.griffin@med.va.gov)
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice for FULL AND PREVENTIVE MAINTENANCE ON SIEMENS brand equipment. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number is 502-08-01. It is a Request for Proposal (RFP) and is issued without restriction. All responsible offerors may submit an offer which will be considered. SIC code is 7629 with annual sales of $5 million or less for small business classification. Services to be provided at the Department of Veterans Affairs Medical Center, 2495 Highway 71 North, Alexandria LA 71306. Full text of provisions and clauses are available at http://www.arnet.gov.far and http://va.gov/oa&mm/vaar or upon request. The solicitation incorporates provisions and clauses through Federal Acquisition Circular 97-20. FAR provisions include 52.212-1 Instructions to Offerors-Commercial; 52.212-2 Evaluation Commercial Items*; 52.212-3, Offeror Representations and Certifications Commercial Items (completed copy must be returned with offer); 52.2.12-4 Terms and Conditions Commercial Items, and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Applicable clauses in 52.212-5 include 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.232-33, 52.233-2. VAAR 852-237-70 Contractor Responsibilities, and 852.270-1 Representatives of the Contractor Officer (COTR) apply. Prevailing wage rates apply (Wage Determination No. 1994-2229 R15). *Offer(s) shall be evaluated on technical capability (qualifications, past performance, and training), and cost to ensure issuance of a BEST VALUE procurement for the Government. Technical capability and cost are equal in value. SUPPORTING DOCUMENTATION MUST BE SUBMITTED WITH OFFER. Factory trained service engineers shall perform services according to manufacturer's specifications to ensure an acceptable level of care which will preserve the equipment in unimpaired operating condition (above the point where deterioration will begin resulting in reduced life expectancy of the equipment). Training documentation must be provided to VA demonstrating competency of site engineers to maintain equipment in first class working condition. Schedule of Equipment: (1) Siemens E.Cam Emission Imaging System consisting of Dual Head Nuclear Camera (SN 3084, Site # 54692); Monitor Viewsonic (SN JW84900086); Table PHS with L configuration (SN 3043); ASM Tower for E Cam (SN 3106); CPU ICON A (SN 5227405, Site # 57352); CPU ICON P (SN 1190, Site # 54693) Monitor Viewsonic. (2) Orbiter System, Orbiter Stand DOT (SN 96731) includes Microdot Imager, (Site # 21750). Contract Term is November 1, 2000 through 9/30/2001 (11 months). Price: Full and Preventive Maintenance, System #1: @$_______/MONTH x 11 mo = $__________. Full and Preventive Maintenance, System #2: @ $ ________/MONTH x 11 mo = $__________. Total 11 months both systems: $_________________________. Requirements: This procurement includes any and all parts, labor, travel, tools, equipment, expertise, management, supervision, supplies, materials, insurance, and certifications require med to provide services on above listed Siemens brand equipment. This medical center does not have in-house capabilities to work on this equipment and on-site service is essential. Technical telephone support is not required until VA biomedical engineering staff gains Siemens specific expertise. Repair service must be provided within 24 hours of telephone notification of need. Requests for service placed on Friday or day before a holiday require on site response before the close of business on the next scheduled workday. Preventive Maintenance must be provided according to manufacturer's recommendations and JCAHO requirements and includes cleaning, visual and operational inspection and certification of proper function without limitations and correction of any deficiencies. SOFTWARE UPDATES/UPGRADES shall be provided without additional charge as available as part of this agreement. All visits/work must be coordinated with Biomedical Engineering staff to minimize down time and prevent undue disturbance of hospital routine. Acknowledgement of need for service must be provided within 2 hours of notification and an on-site arrival time provided. Contractor shall submit an original Certificate of General Liability Insurance in an amount of at least $500,000 prior to contract award. SCOPE: The purpose of this procurement is to maintain Siemens Nuclear Camera Equipment in maximal operating condition/capabilities providing expert services to minimize downtime resulting from mechanical failure. Objective: Obtain the best value for the Government to procure a full and preventive maintenance program from a qualified Contractor on Siemens Nuclear Medicine Equipment. Qualifications: Service personnel shall be certified in the maintenance, inspection and repair of Siemens equipment. The Contractor shall have access to new, original manufactured parts for the specific equipment listed. Proof of training, certifications, and access to Siemens parts and software MUST be provided with offer. Work Schedule: Work shall be performed during regular working hours 8:00 AM to 4:30 PM, Monday through Friday, excluding federal holidays and any other nationally declared holiday. Existing holidays include Nov 10, 2000 Veteran's Day, Nov 23, 2000 Thanksgiving, Dec 25, 2000 Christmas Day, Jan 1 2001 New Years Day, Jan 15, 2001 Martin Luther King, Jr. Birthday, Feb 19, 2001 Presidents Day, May 28, 2001 Memorial Day, Jul 24,2001, Independence Day, and Sept 3, 2001, Labor Day. Contractor technicians shall provide prior notification and coordination. Appointment is required. The contractor shall provide the names of those individuals authorized to provide contract services on specific equipment along with list of training, certifications (by a Siemens authorized training center) with offer. The Contractor shall furnish names, telephone and pager numbers where service calls may be made. Also, the contractor shall furnish telephone and pager number where the service supervisor can be reached at all times. All labor, travel and lodging expense shall be included in the contract price. Any miscellaneous materials will be included in the contract price. RECORDS AND LOGS: The contractor shall report directly to the Biomedical Engineering Office upon arrival at this medical center, 2495 Highway 71 North, Alexandria LA, Bldg 7, Basement, Room 057. He/She shall maintain records and logs of each task and chronologically organize the records for each system component, as well as the system as a whole. A copy of all logs shall be maintained on site and available for inspection to demonstrate that planned and systemic adjustment and repairs have been accomplished for each system. The contractor shall also maintain a record of each service call received to include but not limited to serial number of component involved, location, VA requestor, date and time call was received, name(s) of service personnel assigned, description of work performed, time work started and was completed. The contractor shall provide a copy of the service ticket to the COTR before leaving the facility after providing service and furnish a record of the work performed to the Contracting Officer's Technical Representative (COTR) or his supervisor within two (2) workdays of services. For minimizing down time, where practical, the contractor shall maintain an inventory level of spare part or major components to be stored on-site and available for replacement. The contractor shall provide a recommended list of parts and component of critical nature, short life expectancies, and high failure rates and long lead times. The Government shall maintain a system of inspection and observation to ensure that the system is operational and meets industry quality standards. Quality of Services: The contractor shall perform all work within the strict terms of and conditions of all existing commercial warranties and shall not perform work that would jeopardize said warranties. The contractor's parts and workmanship shall be warranted for a period of ________________. If only one responsible offeror responds to this solicitation, sole source negotiations will be conducted in accordance with Far 6.302. Responses to this solicitation may be faxed to 318-483-5063. Call 318-473-0010, extension 2240 to confirm receipt by Contracting Officer or for additional information.Contracting Officer's Email address is Bernice.griffin@med.va.gov. Offers are due by 3:00 PM central standard time October 27, 2000.
- Record
- Loren Data Corp. 20001025/JSOL005.HTM (W-297 SN5049S8)
| J - Maintenance, Repair and Rebuilding of Equipment Index
|
Issue Index |
Created on October 23, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|