Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 31, 2001 PSA #2927
SOLICITATIONS

J -- MAINTENANCE AND REPAIR OF CUMMINS SHREDDERS

Notice Date
August 29, 2001
Contracting Office
Department of Veterans Affairs, Network Business Center, 5901 East Seventh Street, Bldg 149, Long Beach, CA 90822
ZIP Code
90822
Solicitation Number
RFQ 600-165-01
Response Due
September 14, 2001
Point of Contact
MO CLARY 562/961-8061 Fax 562/961-8067
E-Mail Address
Click here to contact the Contracting Officer via (mo.clary@med.va.gov)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with subparts in the Federal Acquisition regulation 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. REQUIREMENTS: Based upon this Solicitation No. RFQ 600-165-01, the Government intends to award a firm, fixed price contract for base year plus four (4) option years for maintenance and repair on a total of thirty-six (36) Cummins shredders, Model 195, located at the following Greater Los Angeles Healthcare System (GLA) locations: a) Bakersfield Ambulatory Care Center (BACC), 1801 Westwind Boulevard, Bakersfield, CA, 1 shredder; b) Los Angeles Ambulatory Care Center (LAACC), 251 South Temple Street, Los Angeles, CA, 2 shredders; c) Sepulveda Ambulatory Care Center (SACC), 16111 Plummer Street, Sepulveda, CA, 30 shredders; d) Santa Barbara Ambulatory Care Center (SBACC), 4440 Calle Real, Santa Barbara, CA, 2 shredders; and e) West Los Angeles Campus (WLA), 11301 Wilshire Boulevard, Los Angeles, CA, 1 shredder. Contractor-furnished labor, tools, parts, material, supplies, travel, manuals and schematic drawings to provide both preventive maintenance (PM) and repair service (RS) for each of thirty-six (36) Cummins shredders. required. Maintenance plan shall provide for two scheduled PMs per year per shredder (for a total of 72 PMs). Contractor shall have manufacturer replacement parts readily available at no additional cost. (A list of the 36 shredders placed under this plan shall be provided at time of award and shall be updated as needed. All shredders shall be in good working condition at time of award.) PMs shall be scheduled for performance during normal working hours, Monday-Friday, 8:00 a.m. -- 4:00 p.m., excluding Federal holidays. Overtime work is not authorized. Scheduled PM cycles must be completed within one business day; extensions beyond one business day require approval of the COTR. Unlimited RS shall be available onsite when necessary Monday-Friday during normal business hours. Contractor service personnel shall respond onsite within 8 hours (one business day) of telephone request for RS to determine scope of problem and make recommendations, including scheduling for onsite repairs. Contractor will contact or be contacted by the COTR-designated point of contact (POC) for affected equipment to arrange all services, sign-in, and identify him/herself to the POC before commencing service. MAINTENANCE AND REPAIR SPECIFICATIONS: Maintenance and repair specifications are based on manufacturer-recommended service and PM procedures/schedules, as well as on utilization of specified equipment. Performance verification shall be accomplished at conclusion of every PM and RS event. Verification shall conform to established performance criteria for that equipment. The two PMs on each shredder shall be scheduled on a semi-annual basis and shall be no less than 180 days apart, with total annual requirement for Contractor performance of 72 PMs being accomplished at a rate of 18 per quarter. Each PM or RS event shall include inspection for internal/external causes of problems including wear, misalignment, maladjustment, damage or other malfunctions with respect to manufacturer specifications; inspection for electrical safety and fire hazards; equipment cleaning and lubrication as required; repair or replacement of all defective components necessary to conform to equipment specifications; and documentation of proper equipment function/performance. Contractor shall have/provide (1) for RS, all necessary equipment/parts/supplies onsite within 1 business day after initial repair service call is placed; (2) for scheduled PMs, all necessary equipment/parts/supplies onsite at start of service call; and (3) at no cost to Government, all operating supplies needed to perform all service or repairs. Only standard, new/exchange parts, as suggested by original manufacturer, shall be furnished by Contractor in effecting repairs. Replacement parts and labor shall, as a minimum, carry standard, 90-day commercial warranties. EQUIPMENT LOCATIONS AND PM SCHEDULING. Upon contract award, a detailed list of shredders with serial number, building location, and point of contact person for each piece of equipment shall be provided to the Contractor by the Government; this list shall be updated by the Government as needed to provide current location and contact information to the Contractor to facilitate timely access to equipment in accomplishment of both PMs and RSs. Within thirty (30) days of contract award, Contractor shall provide list marked to reflect months in which Contractor will accomplish semiannual PMs for each shredder, ensuring adherence to requirement for 180 days between the two PMs for each shredder. REPORTS: (1) Within thirty (30) days of contract award and within thirty (30) days of subsequent receipt of updated detailed list of shredders, Contractor shall provide list marked to reflect months in which Contractor will accomplish semiannual PMs for each shredder, ensuring adherence to requirement for 180 days between the two PMs for each shredder. (2) Field Service Reports shall be prepared for each shredder for each visit. Service Technician shall identify on Field Service Reports, by part number as shown on manufacturer's schematics/Parts List, all parts replaced and actual cost of parts. Upon completion of each service call, Field Service Report shall be prepared to include: (a) date and total hours of service; (b) parts installed (part number and cost); (c) safety-check; and (d) service comments/remarks. Service technician shall legibly document findings of problems, corrective action, and performance verification on the Field Service Report. Service Technician and COTR-designated POC shall sign Field Service Report. ORIGINAL Field Service Reports shall be given to the COTR-designated POC for affected equipment; the POC shall ensure submission to the COTR. Approval signature shall be withheld on any invoice reflecting billing for which no properly executed Field Service Report has been provided to verify satisfactory performance of work. INVOICES AND PAYMENT. Replacement parts shall be billed on invoice as NO CHARGE items. Contractor shall invoice monthly in arrears, based on pro-rated price for Annual Plan coverage. COTR certification of invoices shall depend upon accomplishment of PMs as scheduled and timely and effective responses to requested RSs performed during the invoiced period. CLAUSES: Incorporated herein by reference are the following Federal Acquisition Regulation (FAR) Clauses: 52.212-1: Instructions to Offerors -- Commercial Items; 52.212-3: Offeror Representations and Certifications -- Commercial Items; 52.212-4: Contract Terms and Conditions -- Commercial Items; 52.212-5: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.215-5: Facsimile Proposals (Facsimile offers are accepted at (562) 961-8067; 52.232-19: Availability of Funds for the Next Fiscal Year. offerors must hold prices firm in its offer for 30 calendar days from the date specified for receipt.). In addition, upon receipt of a facsimile expression interest in responding to this solicitation, a copy of FAR Clause 52.212-5: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, with applicable statutes and Executive Orders marked, shall be provided via return fax. Incorporated herein by reference are the following VA Acquisition Regulation (VAAR) Clauses: 852.237-70: Contractor Responsibilities; 852.270-1: Representatives of Contracting Officers; and 852.270-4: Commercial Advertising. Contract clauses cited in this solicitation may be accessed electronically at these addresses: http://www.arnet.gov/far/ and http://www.va.gov/oa&mm/vaar/. INSTRUCTIONS, CONDITIONS & NOTICES TO OFFERORS: Department of Labor Wage Determination No. 1994-2047, Revision 18, (5/31/2001) applies to contract base year (available upon request). Quotation shall reference solicitation number RFQ 600-165-01, and shall provide (a) unit price (Annual Plan price for 1 shredder) and (b) extended price (total price for Annual Plan for 36 shredders) for the following line item for each contract year (i.e., Base, OY1, OY2, OY3, and OY4): Item #1 -- "Full Service Annual Maintenance/Repair Plan for Cummins Model 195 Shredder, including 2 semi-annual PMs and unlimited repair service (including labor, tools, parts, material, supplies, and travel); unit each; number of units 36" (Offeror may, additionally, insert name of plan if company offers a packaged plan affording requested services.) Offeror shall complete and return all information designated in FAR 52.212-1, "Instructions to Offerors -- Commercial Items" paragraph "b", prior to the time specified below in order to be considered for award. Address mail/FedEx offers to: Contracting Officer (600/NBC/MP), Department of Veterans Affairs, Attn: Mo Clary, 5901 East Seventh Street, Bldg. 149, Long Beach, CA 90822. Facsimile offers are accepted at (562) 961-8067. Quotations, regardless of method of delivery, are due by 3:00 p.m. California local time on September 14, 2001. Award of a firm-fixed price contract shall be made to the responsible offeror based on price and past performance in meeting similar standards. Contact Mo Clary at (562) 961-8061 for information regarding this solicitation.
Record
Loren Data Corp. 20010831/JSOL011.HTM (W-241 SN50W3N0)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on August 29, 2001 by Loren Data Corp. -- info@ld.com