COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 30, 2001 PSA #2988
SOLICITATIONS
Q -- SERVICE AND MAINTENANCE AGREEMENT FOR FUJI MEDICAL SYSTEM
- Notice Date
- November 28, 2001
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 3rd Contracting Squadron, 10480 22nd Street, Elmendorf AFB, AK, 99506-2500
- ZIP Code
- 99506-2500
- Solicitation Number
- F65501-02-C-0009
- Response Due
- November 30, 2001
- Point of Contact
- Devin Bloss, Contract Specialist, Phone 907-552-7563, Fax 907-552-7496, Email devin.bloss@elmendorf.af.mil -- Lori Johnston, Contract Specialist, Phone 907-552-5587, Fax 907-552-7496, Email lori.johnston@elmendorf.af.mil
- Description
- Elmendorf Air Force Base Service Agreement for Fuji Medical System -- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This is a sole source acquisition to Fuji Medical Systems USA, Inc. Stamford, CT. 06902. This announcement constitutes the only solicitation; a quote is being requested and a written solicitation will not be issued. The solicitation number is F65501-02-Q-0009 and it is a request for quote. The North American Industry Classification System (NAICS) is 541922, size standard is $5.0M. STATEMENT OF WORK FOR MAINTAINENANCE OF FUJI MEDICAL SYSTEMS is as follows: 1.0 DESCRIPTION: Contractor shall provide all labor, materials, equipment, transportation, and tools for inspecting, reporting, servicing, and all preventive maintenance inspections and repairs necessary to keep the Fuji Medical Systems (CR) functioning in a safe and reliable condition. Contractor shall comply with the terms and conditions of this statement of work and the Gold Service Agreement. 1.1. Only equipment in good serviceable condition is to be covered by this contract. Serviceable condition means it is performing all of its intended functions and there aren't any missing or broken parts. Equipment shall not be rejected on the basis that it needs cleaning, minor repairs, or adjustments. The Contractor will keep the system in good operating condition. 1.2 Contractor shall perform hardware and software corrective maintenance utilizing: complete set of special service tools, test equipment, fixtures, verification procedures and schedules to provide operational and diagnostic verification of system performance, software problem analysis, associated programming and updating system software. 1.3 Items and Accessories Include: AC3-CS 7652448 AC3-CS 7652449 AC3 8674398 AC3 8664330 AC3-CS IDT 7653572 AC3-CS IDT 7653573 AC3 IDT 8644396 AC3 IDT 8644397 FCR9501 6712274=09 FM-DP2636 8672932 2.0 FOB Destination: 3rd Medical Center 5595 Zeamer Avenue Elmendorf AFB, AK 99506 Rooms IE106 3.0 PERFORMANCE PERIOD: 1 December 2001 -- 30 September 2002=20 4.0 REQUIRED SERVICES: Service support maintenance shall include, but not be limited to the following: 4.1. Perform operational check of all system and correct any deficiencies noted. "Systems" means the combination of Equipment and related Software, licensed or acquired by the Government from FUJI, which comprise a Computed Radiography Unit (CR). 4.2. Verify that the system's internal and external calibrations are within manufactures specifications. Verification should include reviewing operating system software diagnostics. 4.3. Clean and lubricate mechanical parts in accordance with applicable manufacturer's service manual. 4.4. Perform an electrical check of the instruments and all accessories included in the contract and make electrical adjustments, as required, to insure compliance with manufacturer's specifications. 4.5. Replace excessively worn or defective parts: Excessively worn parts are those parts that, if not replaced immediately, may fail prior to the next scheduled visit. 4.6. Visually inspect exterior of all systems for damage and cleanliness and report any discrepancies to the PACS Maintenance Contract monitor. 4.7. Make mechanical adjustments to insure proper operation. 4.8. Consult with the PACS Maintenance Contract monitor regarding equipment performance. 4.9. Unscheduled maintenance: The contractor will provide on-site repair support to correct all malfunctions that may occur. All tools, test equipment parts and supplies necessary to return the equipment to original operating specifications will be the responsibility of the contractor. Test equipment will have a current calibration traceable to the National Bureau of Standards. 5.0 REPLACEMENT PARTS: The contractor shall use only new original or factory refurbished replacement parts in the performance of this contract. If required replacement parts are not immediately available to the contractor while performing scheduled or unscheduled service calls, the contractor shall notify the PACS Maintenance Contract monitor of the deficiency and deliver to the hospital all replacement parts required to complete the inspection in order to maintain a 99% Uptime. The contractor shall not remove any USAF-owned equipment from the 3rd Medical Group without the written consent of the PACS Maintenance Contract monitor. All maintenance labor and replacement parts shall be accompanied the by the contractor's standard warranty. 6.0 OPERATIONAL AND TECHNICAL DOCUMENTATION: The Contractor shall obtain, keep on file, and make available all operational and technical documentation that is necessary to keep the equipment at operational status. 7.0 FREQUENCY OF SERVICE: 7.1. Call-in support service will be provided during normal duty hours from 7:30 AM through 4:30 PM, Monday through Friday, except holidays observed at the Government installation. In the event of an equipment malfunction, the contractor will be notified by the Contracting Officer's Technical Representative (COTR). 7.2. Semi-annual preventative maintenance visits will be preformed by the contractor. 8.0 RESPONSE TIME: 8.1. All scheduled preventative maintenance will be coordinated with the COTR at, least three working days in advance. Phone (907) 580-6795 or (907) 580-6794. 8.2.1. Contractor will use reasonable efforts to respond by telephone to any report of an error within 30 minutes of such report. Contractor will provide support on site within 24 hours after receipt of a report or detection of a critical malfunction. 8.3. Contractor shall report to the Diagnostic Imaging Department, 5955 Zeamer Ave., prior to commencing work. Before beginning and upon completion of any scheduled or unscheduled service call visit, the contractor's service representative will sign in and sign out with a representative from the Radiology Department. 9.0 LEGAL HOLIDAYS: The following legal holidays are observed by the Government: New Year's Day 1 January Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veteran's Day 11 November Thanksgiving Day Fourth Thursday in November Christmas Day 25 December 10.0 PERMITS: The contractor shall secure and pay for all required permits, fees and licenses. 11.0 REPORTS: Upon work completion, the contractor shall submit an inspection report to the COTR, Diagnostic Imaging Department, office symbol, SGSX. The report shall include: a) Contract Number, b) Name of service technician, c) Repairs completed and d) Signature and date form authorized Government representative 12.0 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR) DESIGNATION: 12.1. The designated COTR is Tsgt. Kim Bridgett, SGSX, 580-6730 12.2. The designated COTR alternate is Mr. Ron Stokes, SGSX, 580-6795. 13.0 COTR RESPONSIBILITIES: The COTR shall maintain a log for the life of the service contract detailing the following: a. Description of the equipment b. Date/time contractor notified of problem c. Date/time contractor responds d. Date/time contractor arrives on site e. Date/time repairs are complete 13.1. Upon completion of repairs of service, the contractor will provide the COTR with a legible copy of the service report detailing the service or repairs performed. 13.2. The COTR will ensure that all repairs are complete and the machine is completely reassembled. 13.3. The COTR will monitor the contractors work at all times and verify the service report for accuracy. A copy of the service report will be kept on file with the Medical Equipment Repair Center at Elmendorf Medical Center. 13.4. Any discrepancies or other problems noted during the contract period will require immediate notification of the Contracting Officer by telephone followed by a written report detailing the situation. 14.0 TESTING AND INSPECTIONS: Perform all inspections, test parts and system specified herein, as stated in applicable codes and standards. Contractor shall provide all necessary equipment, material and labor necessary to property perform the above. All testing and inspection shall be observed by the Contracting Officer or the authorized representative. 15.0 UTILITIES: Reasonable amounts of water, electricity, and other available utilities will be furnished by the government at no cost to the Contractor. The Contractor shall safeguard the Government?s utilities from damage. All temporary connections shall be the Contractor's responsibility. The Contractor shall promptly remove all temporary connections upon completion of work. 16.0 FIRE AND SAFETY REQUIREMENTS: The contractor shall comply with all Federal, State, and Base fire and safety regulations. A copy of these regulations can be obtained from each department. These requirements include, but are not limited to: 16.1. Wearing of seatbelts/shoulder harnesses and observing maximum speed limits at all times while driving on Elmendorf AFB. 16.2. Contract personnel shall remove watches, rings, and jewelry prior to servicing electrical circuits. 16.3. If a unit is left in a non-operational state, it shall be tagged DO NOT OPERATE. The tag shall also include the name of the contracting company and the representative placing the tag on the equipment. 16.4. Comply with the no smoking policy within the 3rd Medical Group. 16.5. Report to the PACS Maintenance Contract monitor any problems with building utilities such as blown circuit breakers and defective/broken electrical receptacles. 16.6. Comply with all fire regulations at the 3rd Medical Group. 17.0 INDEMINIFICATION: The contractor shall indemnify and hold harmless the Government against all claims, demands, and liability for all sums, which the Government shall become legally obligated to pay as damage caused by bodily injury to patients as a result of contractor performance of services under this contract. This indemnity and hold harmless obligation shall not apply to damages arising out of misuse of any medical instrument, which are subject to this contract. Contractor shall not be liable to the Government for incidental or consequential damages. 18.0 TITLE AND OWNERSHIP: The Government shall retain title and ownership of all medical instruments provided to the Contractor for reprocessing. The Government shall not be held liable for any breach of contractual obligations to the original manufacturer, which prohibit the reprocessing of medical instrument. 19.0 TRANSPORTATION OF DEVICES- 19.1. Pick up and delivery of Medical Devices by the Contractor (The purpose for this section is to provides some flexibility to the MTF and Contractor so current procedures will not be altered). 19.2. Transportation of devices shall be accomplished by mail unless an alternate arrangement has been made between the Contractor and Medical Facility. 19.3. Shipping Costs will be paid by the Contractor for items shipped within the Continental United States & Shipping costs associated with returning items to the Medical Facility will be paid by the Medical Facility, unless an acceptable alternate arrangement is made between the Contractor and the Medical Facility. 20.6 TRAVEL EXPENSES: Travel will be incorporated into the annual rate. 21.0 COMPLIANCE REQUIREMENT: The Contractor warrants that all work performed pursuant to Delivery Order issued under this contract shall comply with all Federal, State and Local Laws, Regulations and Policies, including policies and procedures mandated by individual ordering facilities, that are applicable to reprocessing single use medical devices. 22.0 CONFIDENTIALITY AND NONDISCLOSURE: All records, reports, associated working papers, and all other data, which are generated by the contractor in the performance of this contract, are the exclusive property of the U.S. Government and shall not be released to any party without the prior approval of the Contracting Officer. 23.0 PRESS RELEASES: Press releases, marketing material or any other printed or electronic matter related to this project shall not be used or released without the advance written approval of the Contracting Officer. 24.0 TAXES AND WORKMAN'S COMPENSATION: In the performance of work carried out under this Agreement, the Contractor's relationship to the Ordering Facility and the Contracting Officer shall be solely that of an independent contractor to provide specific work resulting in specific products. In this capacity, the Contractor shall not be an employee of the Government and, therefore, shall not be entitled to workers compensation coverage, unemployment insurance, or any other type or form of insurance or benefits normally provided by the Federal Government for its employees. Benefits, including (but not limited to) holiday and vacation pay; will not be provided by the Government. Neither the Contracting Officer nor any ordering facility will be responsible for withholding local or federal income taxes or social security taxes from the fees paid. The Government shall have no liability whatsoever on account of this Agreement except as provided herein. The Contractor shall file all tax returns and reports required by law including, without limitation, reports required to be filed by former employees of the United States Government, if applicable. The Contractor agrees to obtain and maintain insurance as required by law and/or by the terms of this Agreement. 25.0 UNLAWFUL CONDUCT : In performing under this Agreement the Contractor agrees to comply with all applicable laws and regulations, and not to make or permit to be made any improper payments, or to engage in any unlawful conduct. Delivery terms shall be FOB Destination, Elmendorf AFB, Alaska 99506. The following provisions and clauses are incorporated and shall remain in full force in any resultant purchase order; FAR Part 52.212-1 Instructions to Offerors-Commercial Items, is incorporated by reference. The provision at 52.212-2 Evaluation of Commercial Items, applies to this solicitation. Award will be based on low price/technically acceptable offeror. The Government reserves the right to make award on the initial quote received without discussions. Each offeror shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its quote. FAR Part 52.212-4 Contract Terms and Conditions-Commercial Items, is incorporated by reference and applies to this acquisition. Note the following addenda to FAR 52.212-4: Incorporate DFARS 252.204-7004 Required Central Contractor Registration. Incorporate the clause by reference at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. However, for paragraph (b) only the following clauses apply: 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Handicapped Workers with Disabilities, and 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Order?Commercial Items (XXX 2001) (DEVIATION). Incorporate DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (XXX 2001) (DEVIATION). DFARS 252.222-7000 Restrictions on Employment of Personnel (Mar 2000)(IAW DFARS 222.7003). This is a DO rated order with priority identification symbol of C9E. A Firm-Fixed Price purchase order will be issued under the Simplified Acquisitions Procedures. Offers are due for this solicitation on 30 Nov 01/3:30 p.m. Alaska time. Faxed quotes will be accepted at (907) 552-5494/7496. E-Mail quotes will be accepted at: devin.bloss@elmendorf.af.mil Quotes can be faxed to: 3rd Contracting Squadron, ATTN: 3 CONS/LGCB (Capt. Devin Bloss)@ (907) 552-5494/7496. Contact Capt. Devin Bloss @ (907) 552-5566 if there are any questions. SEE NUMBER NOTE 22=20
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/PAF/3CS/F65501-02-C-0009/listing.html)
- Record
- Loren Data Corp. 20011130/QSOL002.HTM (D-332 SN5139F9)
| Q - Medical Services Index
|
Issue Index |
Created on November 29, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|