Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2003 FBO #0424
SOLICITATION NOTICE

65 -- Maintenance on an Agilent SONOS 5500

Notice Date
1/28/2003
 
Notice Type
Solicitation 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
F73SGL21410300B
 
Archive Date
2/15/2003
 
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
STATEMENT OF WORK FOR AGILENT SONOS 5500 AND ITS PERIPHERAL AND ANCILLARY EQUIPMENT 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. The contractor shall perform preventative maintenance and calibration adjustments to ensure that the equipment operates to manufacturer?s specifications. Appropriate test equipment, transportation, technical communication, all software upgrades, warranted replacement parts, and technical literature necessary to affect adjustments and repairs is the responsibility of the contractor. The equipment elements requiring maintenance and service include, but may not be limited to the following: M2424-25A SONOS 5500 Imaging System, 21221A 1.9 MHz Transthoraxic Transducer 21330A S4 Transthoraxic Transducer 21350A S8 Transthoraxic Transducer 21364A 5.0/3.7 MHz Omniplane TEE PROBE Printer/VCR Stand Alone Peripheral All related parts and software upgrades for the aforementioned equipment will be the responsibility of the Contractor. 1.2. PERSONNEL 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 the listed 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 the work performed 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. Faulty, or irreparable parts are the only ones to be removed from the hospital, government owned equipment. At the time the nonworking parts are removed, they shall become property of the contractor. 1.6. SPECIFIC TASKS. The contractor shall provide emergency repair, parts, labor, software upgrades, and preventative maintenance under the terms of the contract. 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. Preventative maintenance shall be performed quarterly in accordance with manufacturer?s requirements, during the months of October, January, April, and July. 1.6.1.3. The contractor shall respond to repair situations by telephone response within one hour of contact and complete on-site repair within twenty-four hours of contact excluding weekends and federal holidays. 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. 1.6.1.10. CONTRACT INFORMATION: The proposed contract is for one base year, and two options. Contractors must be in compliance with the following Federal Acquisition Regulation Clauses as listed by reference only (please reference the FAR website at http://www.arnet.gov/far/loadmainre.html) are as follows: 52.212-1, 52.212-3, 52.212-5, (Representations and Certifications must be filled out),52.217-5, 52.217-8, 52.217-9, 52.237-1, 52.237-2, ; DFARS (http://www.acq.osd.mil/dp/dars/dfars.html): 252.204-7001, 252.204-7004, 252.225-7031. * Additional clauses may be added to the final contract. 1.6.1.11. The following Clauses are added by Full Text: 52.212-2: By FULL TEXT; EVALUATION CRITERIA: 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The contractor will be evaluated on the following criteria (in relation to the Government's need as mentioned in the statement of work): (i) technical capability of the Contractor to meet the Government requirement including the ability to purchase parts, software, and perform operations on all of the equipment to include the Agilient SONOS 5500, and it's peripheral and probe components; (ii) past performance will be evaluated based on past performance on other Agilient SONOS 5500 machines. Contractor must supply at least one letter of recommendation from another hospital, for which they have maintained an Agilient SONOS 5500 machine. (iii) price will be considered together with technical abilities and past performance information, but it will not be the only factor in the award decision. Technical and past performance in the area of the Government's need, when combined, are EQUALLY AS IMPORTANT AS PRICE. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause) 1.6.1.12. RESPONSE TIME: Bids/proposals are due to Sheila R. Garrett, Contracting Specialist by 31 January 2003 at 10 a.m. MST. If you have questions, please email sheila.garrett@usafa.af.mil, or call 719-333-9103. To submit your bid by fax, 719-333-9103. BIDS WILL NOT BE CONSIDERED AFTER THE DEADLINE.
 
Place of Performance
Address: Colorado Springs, CO
Zip Code: 80840
Country: USA
 
Record
SN00247930-W 20030130/030128213308 (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.