Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2003 FBO #0410
SPECIAL NOTICE

J -- Maintenance on an Agilent SONOS 5500

Notice Date
1/14/2003
 
Notice Type
Special Notice
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
F73SGL21410300
 
Archive Date
1/16/2003
 
Point of Contact
Sheila Garrett, Contract Specialist, Phone 719-333-8265, Fax 719-333-6608, - Marlene Kleckner, Contract Specialist, Phone (719) 333-4085, Fax (719) 333-4404,
 
E-Mail Address
sheila.garrett@usafa.af.mil, marlene.kleckner@usafa.af.mil
 
Description
This announcement is notice of intent to award a service contract for a base year, and two options, for maintenance of an Agilent SONOS 5500 Ultrasound machine, to an approved sole source contractor in accordance with FAR 6.302-1 (a)(2)(iii). The contractor will have the following responsibilities: 1.1. SCOPE OF WORK. The contractor shall provide all personnel, equipment, tools, material, PM parts kit, supervision, follow-up, and any necessary items to perform the required maintenance on the equipment listed in technical exhibit #1; however, the contractor will not be responsible for software and hardware upgrades intended to enhance or provide optional capabilities. Further, the contractor shall provide software upgrades intended to correct flaws at no cost to the government. Appropriate test equipment, transportation, technical communication, warranted replacement parts, and technical literature necessary to affect adjustments and repairs are the responsibility of the contractor. The contractor must be a Philips certified technician, authorized by the company to maintain, service, and order and replace parts on the Agilent SONOS 5500, without voiding the warranty. 1.2.1. POINT OF CONTACT. The contractor should provide a point of contact that shall be responsible for the performance of work. The point of contact shall have full authority to act for the contractor on all matters relating to this contract. The contractor shall provide, in writing, the names of the POC and his/her alternate to the Cardiopulmonary Lab where it will be maintained. 1.2.2. AVAILABILITY. Authorized repair/replacement period is between 0700 and 1700, Monday through Friday, excluding federal holidays. The contractor shall not perform any repairs beyond the authorized period unless specifically requested and approved by the Biomedical Equipment Repair personnel. Cardiopulmonary Lab Technicians will indicate any need for urgent repairs outside of normal repair hours. 1.2.3. PERSONAL REQUIREMENTS 1.2.3.1. EDUCATION AND TRAINING REQUIREMENTS. Contract employees that perform equipment repair and/or preventative maintenance are required to be ?factory trained? and check in and out of the hospital by notifying Biomedical Equipment Repair and have appropriate badges that identify company and employee. 1.3. RECORDS. Upon completion of preventative maintenance or repairs the contractor or its employee will provide documentation of work done to Biomedical Equipment Repair and the Cardiopulmonary Lab. 1.4. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The government shall provide an adequate work area to include adequate heat, ventilation, and electrical outlets for use by the contracted personnel. 1.5. CONTRACTOR FURNISHING ITEMS AND SERVICES. Except for the items listed in section 1.4 to be government furnished, the contractor shall furnish all other required materials to perform work in accordance with all terms identified herein. All parts provided by the contractor shall be new of an equal quality and shall incorporate the latest revisions. If parts are not available locally, replacement parts shall be delivered and installed on an emergency priority overnight courier, at the contractor?s expense. All parts removed shall be property of the contractor. 1.6. SPECIFIC TASKS. The contractor shall provide emergency repair, parts, labor, software upgrades, and preventative maintenance. 1.6.1. SPECIFIC PROCEDURES FOR WHICH THE CONTRACTOR SHALL BE RESPONSIBLE 1.6.1.1. Preventative maintenance will be performed in accordance with manufacturer?s requirements. The contractor shall schedule all preventative maintenance through the Cardiopulmonary Lab. Phone: (719) 333-5038 or (719) 333-5039. Preventative maintenance should be scheduled during normal repair times at the convenience of the contractor and the Cardiopulmonary Lab. 1.6.1.2. The contractor will provide two Preventative Maintenances for the equipment covered under contract. Additional PM?s may be provided at additional charge. 1.6.1.3. The contractor shall respond to repair situations by telephone response within two hours of contact between 8 am and 5 pm Central time. The contractor will respond to all other calls within four hours of contact. If the contractor determines that on-site support is required to resolve a problem, a field service representative will be dispatched. The contractor will provide on-site response within one coverage day. 1.6.1.4. The Cardiopulmonary Lab must be contacted when conditions that require longer than twenty-four hours to be corrected are encountered and notified of a probable completion time/date. 1.6.1.5. The contractor shall provide all equipment, tools, parts, technical literature, and transportation to maintain the equipment for the entire period of the contract. The contractor shall verify all of the equipment specified under this contract is operating within the manufacturer?s specification for accuracy and safety. 1.6.1.6. All safety alerts/hazard alerts, warning, or letters concerning this equipment, parts, or attachments will be mailed to and notification made by telephone to the Cardiopulmonary Lab within 5 days of notice. 1.6.1.7. All Cardiopulmonary Lab technicians assigned to 10th Medical Group have authorization to contact the Biomedical Equipment Repair Section and notify them as to a problem with the equipment. 1.6.1.8. The contractor should report in and out though the Biomedical Equipment Repair section only. After reporting to the Biomedical Equipment Repair section, contract personnel will report to Facility Management to receive an identification badge. 1.6.1.9. The contractor and employees shall comply with USAF Academy security laws, regulations, and directives while on installation. 1.6.1.10. The contractor shall be responsible for cleanup of any and all areas where maintenance has been performed. (The North American Industrial Classification System (NAICS) code is 334510, business size standard is 500 employees. The sole source contractor is Philips Medical System, 3000 Minuteman Road, MS 0175; Andover, Massachusetts 01810. The government intends to award a firm-fixed price contract to Philips Medical System for the period of 31 January 2003 to 30 January 2004, the base year, with the ability to exercise two option years. However, any contractors who believe that they have the capability to meet the listed qualifications may submit, for consideration by the Government, a statement of capability. The contractor will be evaluated on price of the service, their certification by Philips to repair the Agilent SONOS 5500 ultrasound machine and probe, and if Philips will void the warranty if the contractor works on or maintains the machine. Comments are due by 10 A.M. (MST) on 15 January 2003. If no comments are received by the closing date, a purchase order will be issued to the above named sole source. Address any questions to Sheila Garrett, Contracting Specialist, at (719) 333-8265 or you may also email any questions to sheila.garrett@usafa.af.mil.
 
Place of Performance
Address: Colorado Springs, CO
Zip Code: 80840
Country: USA
 
Record
SN00239067-W 20030116/030114213848 (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.