Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2002 FBO #0364
SOLICITATION NOTICE

J -- ADAC Scintillation Camera VAMC Louisville KY

Notice Date
11/29/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, 800 Zorn Avenue, Louisville, Kentucky 40206-1499
 
ZIP Code
40206-1499
 
Solicitation Number
603-18-03
 
Archive Date
1/17/2003
 
Point of Contact
Point of Contact - Marsha Metzger, Contract Specialist, (502) 894-6113, Contracting Officer - Marsha Metzger, Contract Specialist, (502) 894-6113
 
E-Mail Address
Email your questions to Marsha Metzger
(marsha.metzger@med.va.gov)
 
Description
This is a combined synopsis/solicitation for commercial items and is prepared in accordance with the format in FAR subpart 12.6 and Part 13, as supplemented with additional information included in this notice. Simplified acquisition procedures apply and VA will conduct the procurement according to a combination of Parts 12 and 13. This BOS announcement constitutes the only solicitation issued. A separate written solicitation will not be issued. The solicitation is number is RFQ 603-18-03 . The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-9. The NAICS is 339112 applies for this procurement and the small business size standard is 500 employees. Offeror's proposals are hereby being requested in response to requirements under a firm fixed price contract and shall be submitted on offeror's letterhead or bid form and shall contain the name, title, and signature of person authorized to submit proposals on behalf of the contractor. Contractor shall provide all labor, materials, equipment, supervision, and travel expenses required to provide monthly preventative maintenance and emergency maintenance during extended working hours (8:00am-8:00pm Mon-Fri) on the ADAC Scintillation Camera, Model NVEP20, #13083-01N, Control #15577 and related accessories. This contract covers the Repair Service and Preventive Maintenance procedures performed during regular administrative working hours of the Medical Center, which are 7 a.m. to 5:30 p.m., Monday through Friday, excluding Federal Holidays. Service calls are authorized only when it is received from Biomedical Engineering Section personnel or the Contracting Official. Outside of the Medical Center's regular administrative working hours, service calls require telephone authorization by the COTR. Service response on calls from unauthorized personnel can result in nonpayment. Approval of the Contracting Officer or the COTR must be obtained before removing equipment to Contractor's plant/office. No transportation charges will be allowed for either field service engineers (FSE's) or equipment to or from Contractor's plant/office. The Contractor will be responsible for loss or damage of equipment. The Contractor may furnish a loan of the same type of equipment. All repair service calls will be responded to by telephone within four (4) hours. All work shall commence within twenty-four (24) hours after receipt of notification and will continue progressively to accomplishment without undue delay. All work shall be performed by competent FSE's experienced and qualified to work on the specific equipment and all work performed shall be to manufacturers specifications in accordance with good industry practice. Each respondent must have an established business, with an office and full time staff. The staff must include a "fully qualified" FSE and a "fully qualified" FSE who will serve as backup. "Fully Qualified" is based upon training and on experience in the field. For training, the FSE must have successfully completed a formalized training program for the equipment to be maintained. For experience, the FSE must have two (2) years of experience (except for equipment newly on the market) with respect to scheduled and unscheduled preventative and remedial maintenance. The FSE shall be authorized by the Contractor to perform the maintenance services. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSE's for each make and model the Contractor services at the DVAMC prior to contract award. The Contracting Officer may authenticate the training credentials; request training certificates or credentials from the Contractor at any time for any personnel who are servicing or installing VAMC equipment. The Contracting Officer and/or Contracting Officer's Technical Representative specifically reserves the right to reject any of the Contractor's personnel and refuse them permission to work on the VAMC equipment. All FSE's will report to the COTR (Biomedical Engineering Section, room B024, ext. 5432) prior to and after any work is performed every day that is required to complete the job. If the COTR is unavailable, the log book in the corridor by room B029 will be used. The FSE will enter the following information into the log: name of vendor personnel; date of visit; and nature of visit. When the job cannot be completed by 5:30 p.m., a status of progress is to be provided to Biomedical Engineering before 4:30 p.m. The Contractors FSE's shall wear visible identification at all times while on the premises of the VAMC, displaying name and company ID. It is the responsibility of the Contractor to park in the appropriate parking areas. Information on parking is available from the VAMC Police Section. The VAMC will not invalidate or make reimbursement for parking violations of the Contractor under any circumstances. Smoking is prohibited inside any buildings at the VAMC. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of DVA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. Use of cellular phones, or introduction of cellular transmissions (for example a cellular phone in "stand- by" mode in which it automatically polls it's cellular zone) by the Contractor in the main building of the VAMC is prohibited due to possible electromagnetic interference with life support equipment. All equipment will be cataloged by the Contractor and the dates and types of service will be noted thereon. A written report of maintenance scheduled or unscheduled shall be furnished to Biomedical Engineering. Service call documentation shall include: a itemized description of the work performed, parts (with part numbers) and materials used, the cost of the parts and materials (even if covered under the contract), circuit location of problem/corrective action, the name of the Contractor and contract number, the name and signature of the FSE who performed the services, the Contractor service report/log number, the time and date (starting and ending), the labor cost (even if covered under the contract), equipment downtime, description of problem reported, identification of equipment serviced (DVA Control number, manufacturer's name, model, serial number, and any other manufacturer's identification to uniquely identify the equipment serviced), the results of calibration and/or performance testing exhibiting compliance within manufacturer's factory tolerances and specifications, and the signature of the responsible using service personnel witnessing the service. Grouping different equipment from different contracts on one service report is prohibited. Payment will not be certified by Engineering Service without stated documentation. PARTS: The Contractor shall maintain a sufficient stock of all parts needed for repair and maintenance of the equipment or be able to secure necessary parts within twenty-four (24) hours. Only new standard parts (manufactured by the maker of the equipment or equal thereto) shall be furnished by the Contractor. All parts shall be of current manufacture and shall have full versatility with presently installed equipment. Rebuilt parts, used parts, or those removed from another piece of equipment, shall not be installed without specific approval by the Contracting Officer or the Contracting Officer's Technical Representative. The DVA Medical Center reserves the right to inspect the Contractor's facility to confirm that the parts are available. COST OUTSIDE OF THE SCOPE OF CONTRACT: Any additional charges not included within this service agreement must have the prior approval of the COTR or the Contracting Officer before any costs are incurred. The DVA purchase order number must be provided on the service documentation for the service visit. INSPECTIONS AND REPAIRS: Within five (5) days after the award of the contract, the Contractor shall submit a schedule of preventive maintenance, as recommended by the manufacturers documentation for each piece of equipment. The scheduled preventive maintenance, will be equally spaced throughout the contractual period. This schedule submission is subject to review and modification based on equipment availability. Equipment placed under maintenance contract for the first time is subject to inspection by the Contractor; this inspection visit will be performed at no cost to the Medical Center. Within a thirty (30) day period, the Contractor must reject the equipment if it is deemed to be in poor operating condition. Failure to reject such equipment shall constitute acceptance. A rejection notice shall be submitted to the Contracting Officer along with a proposed cost for placing the equipment in a condition that would make it acceptable for maintenance service. The Contracting Officer reserves the right to either order the equipment repaired or delete the specific item of equipment from the contract. Any equipment that was maintained under a previous contract shall be deemed to be acceptable for maintenance under any contract resulting from this solicitation. Preventive Maintenance (PM) shall consist of electrical and mechanical inspections designed to identify systems or subsystems that require further service or maintenance. Minor repairs and adjustments will be made at the time of the visit. Procedures used for Preventive Maintenance will be as outlined in the manufacturers service documentation. Repair shall consist of the process of returning a failed component or system to full operational capacity. This shall include replacement of parts broken or worn beyond useful life but not damaged by abuse. Repair shall be carried out with the objective of minimizing downtime. Downtime is the period of time during normal operating periods when the equipment or system is not available for the full range of uses for which the equipment was designated and intended. If the use of the equipment is impaired to the extent that the throughput is decreased by the lack of repair, then the downtime shall be calculated as the product of the fractional impairment of throughput times the number of operational hours the impairment exists; operational uptime shall be computed during a 30 day period. The equipment covered by this contract shall be operable and available for use 95% of the normal operating hours of this contract as outlined in paragraph 1. Repeated failure to meet this requirement can subject the Contractor to DEFAULT action. The VAMC shall not provide tools, equipment, service manuals, or service diagnostic software to the Contractor. The Contractor shall obtain, have on file, and make available to its field service engineers all operational and technical documentation (such as; operational and service manuals, schematics, and parts list) which are necessary to meet the performance requirements of the contracted equipment. The location and listing of the service data manuals, by name and/or the manuals themselves shall be provided to the Contracting Officer upon request. The Contractor shall provide the VAMC with a copy of the current calibration certification of all test equipment that is to be used by the Contractor on VAMC equipment. This certification shall also be provided on a periodic basis when requested by the VAMC. Test equipment calibration shall be traceable to a national standard. Payment will be made monthly in the arrears upon receipt of proper invoice .The following provisions and clauses apply to this solicitation: 52.212-1 Instructions to Offerors-Commercial Items and Addendum; 52.233-2 Service of Protest; 852.233-70 Protest Content; 852.233-71 Alternative Protest Procedure; 52.212-4 Contract Terms and Conditions-Commercial Items and Addendum; 52.232-18 Availability of Funds; 52.222-48; 52.228-5 Insurance-Work on a Government Installation. 852.270-1; Representatives of Contracting Officers; 852.270-4 Commercial Advertising; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including clauses incorporated by reference under Section (b)(5)(11-14)(23). Offer Representations and Certifications-Commrcial Items must be submitted with offer. Offerors desiring to obtain copies of the referenced provisions and clauses will find them available on the Internet at: http://www.arnet.gov/far and http://www.va.gov/oa&mm/vaar/. Questions shall be submitted in writing to the Contracting Officer. Quotations must be received by Wednesday, December 18, 2002, 4:30 PM EST.
 
Web Link
RFQ 603-18-03
(http://www.bos.oamm.va.gov/solicitation?number=603-18-03)
 
Record
SN00212940-W 20021201/021129213156 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.