Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2003 FBO #0459
SOLICITATION NOTICE

49 -- On-Site Maintenance and Repair Service for Government Owned FUJIFILM Medical Systems Equipment.

Notice Date
3/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
DADA15-03-T-0065
 
Archive Date
5/12/2003
 
Point of Contact
Faith Ashton, 202-782-1163
 
E-Mail Address
Email your questions to Medcom Contracting Center North Atlantic
(faith.ashton@na.amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for commercial item(s) prepared in accordance with FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the solicitation. The Solicitation document and incor porated Provisions and Clauses are those in effect through Federal Acquisition Circular 2001-11. This Procurement is unrestricted, the SIC Code is 7629; the North American Industry Classification System (NAICS) code is 811219; the FSC J059. The Directora te of Contracting intends to award a sole source firm fixed price to FUJIFILM Medical Systems. The Walter Reed Army Medical Center (WRAMC), 6900 Georgia Avenue, NW, Washington, DC 20307, has a requirement to perform on-site maintenance and repair service f or Government Owned FUJIFILM Medical Systems equipment. The contract base period is March 15, 2003 to March 14, 2004, with two option years. First option year is March 15, 2004 to March 14, 2005. Second option year is March 15, 2005 to March 14, 2006. Contractor shall furnish all labor, material, equipment and replacement parts to provide complete preventive maintenance and unlimited on-site emergency repair services Government owned FUJIFILM Medical Systems, for the Radiology Department, at WRAMC. All maintenance service shall be performed in accordance with the manufacturer?s standard commercial maintenance practices. Contractor shall perform two (2) preventive maintenance inspections, one (1) PMI every six (6) months during the contract period. Ser vice shall be performed by technically qualified personnel. Service shall consist of a thorough cleaning, calibration, adjusting, inspecting, lubrication and testing of all equipment in accordance with the manufacturer?s latest established service procedu res. All equipment shall be operationally tested through at least one (1) complete operating cycle at the end of each preventive maintenance inspection to assure optimum and efficient performance. One (1) copy of the inspection report, complete with test data, shall be furnished to the Contracting Officer?s Representative (COR) within five (5) working days after completion each preventive maintenance inspection and test. Within ten (10) calendar days after contract award, the contractor shall submit to t he COR for approval a test procedure and a projected time schedule for the preventive maintenance inspections. All scheduled Preventive Maintenance (PM shall be performed Monday through Friday, between the hours of 7:30 a.m. and 4:30 p.m.) The area will be occupied for normal operations during these hours, therefore, the contractor shall not have full possession of the contract area. The schedule shall include the type and date of maintenance to be performed. The contractor shall provide Software Mainte nance in accordance with the manufacturer?s latest established service procedure, to include telephone access to technical support for use of program software and trouble shooting of the operating systems, software updates and revisions, as soon as they ar e available to the manufacturer, at no additional cost to the Government. The contractor will receive advanced approval for the installation of all software updates and revisions from the Government. Defective software shall be replaced at not additional cost to the Government. The contractor shall perform a calibration verification in conjunction with each preventive maintenance inspection on each item requiring calibration. Mechanical and/or electrical items requiring calibration, alignments, adjustme nts and repair shall be in accordance with the manufacturer?s established procedures. Upon completion of the calibration the contractor shall affix a DD Form 2163 (Medical Equipment Verification/Certification) to each item. Subsequent CVC services shall be recorded on a DD Form 2163 which will be furnished to the contractor by the Government. The record of calibration shall include model number, serial number, and date of calibration expiration of all items of test and measurement equipment used to perform the certification. Emergency Repair Services shall be provided on an unlimited basis during the term of this contract at no additional cost to the Governmen t. Upon receipt of notice that any part, sub-assembly or unit of the equipment is not functioning properly, the contractor shall within four (4) duty hours after notification by the Government, furnish a qualified service representative to inspect the equ ipment and perform all repairs and adjustments necessary to restore the equipment to normal and efficient operating condition. Emergency service calls shall not replace the necessity for scheduled preventive maintenance inspections. The contractor?s serv ice technician must complete the repair/maintenance within eight (8) duty hours. Overtime or calls for emergency service during other than normal duty hours must be approved by the Contracting Officer prior to commencing services. Requests for emergency service will be made by the COR designated by the Contracting Officer. The contractor shall furnish all required replacement parts at no additional cost to the Government, except operating supplies or accessories and spare parts. The contractor shall sto ck locally (at the contractor?s facilities) a level of parts in sufficient quantities to meet the requirements of this contract. Parts shall be new or re-manufactured to original equipment specification, FUJIFILM Medical Systems parts. At no time shall p arts or assemblies from other units be exchanged or borrowed in an attempt to troubleshoot or correct a deficiency. No parts, assemblies, or software shall be released for removal from the work site until the success of the repair or upgrade is verified t hrough performance of a Quality Control Check by the Government. The contractor?s representative shall report or telephonically notify the COR or designee prior to commencing services at any time. The Government will provide the contractor with the names and telephone numbers of authorized personnel. Repairs necessitated by abuse, neglect, vandalism, (by other than contractor personnel) Acts of God, fire or water shall be the subject of separate purchase orders, authorized by the Contracting Officer and shall not be performed under this contract. The equipment covered by this contract will be found to be in good operating condition at the beginning of the contract. Maintenance shall be performed as appropriate to maintain good operating conditions, whic h for the purpose of this contract, is defined as the point at which prudence would deem it appropriate to perform maintenance service, or replace a part or assembly, in order to maintain efficient performance of the instruments. The contractor shall be o bligated to perform any work under this contract necessary to accomplish this. At the time of expiration of this contract, the Government will make a final inspection of this equipment. Any deficiencies noted by the Government will be remedied under this contract only if the deficiencies fall within the scope of this contract. Personnel shall have factory training and experience (minimum 3 years), in the servicing of Computerized Medical Systems equipment, including current software, as covered by this c ontract. The contractor shall establish and maintain a Quality Control Plan to ensure that the quality of the service and materials provided meet or exceed the specifications, terms and conditions of this contract. At the discretion of the Government an inspection of the contractor maintained equipment will be conducted by the COR. Upon request of the COR the contractor shall participate in any Government quality assurance inspection. The contractor shall show commitment to quality by certification to I SO 9001 standards or equivalent. The contractor shall provide a copy of ISO 9001 certification. All materials and equipment that is not the property of the Go vernment shall be removed from the work site at the completion of all service performed and the area shall be left in a neat and orderly condition. There are ten legal holidays are observed by WRAMC. If work performed outside coverage hours, without the proper request from the COR or designee, the work will be considered as service during normal coverage hours. Work performed outside the normal hours of coverage, at the direction of the COR or authorized designate, will be billed at the overtime different ial rate listed in the Schedule. The KO will make final determination. The following Provisions and Clauses are incorporated and shall remain in full force in any resulting purchase order: FAR Part 52.212-1 Instruction to Offerors - Commercial Items, FAR 52.212-2 Evaluation of Commercial Items, FAR 52.212-4 Contract Terms and Conditions - Commercial Items, FAR 52.212-3 Offeror Representations and Certification-Commercial Items, FAR 52.222-3 Convict Labor, FAR 52.233-3 Protest After The Award, FAR 222.21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52-222 Equal Opportunity for Special Disabled Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veteran of the Vietnam Era and Other Eligible Veterans, FAR 52.222-41 Service Contract Act of 1965, FAR 52.228-5 Insurance Work on a Government Installation, FAR 52.212-5 Contract Terms and Conditions Requir ed to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, FAR 52.214-21 Descriptive Literature, FAR 52.232-18 Availability of Funds, 52.232-19 Availability of Funds for the Next Year, FAR 52-217-8 Option to Extend Services, the contracting Officer may exercise the option by written notice to the Contractor within 60 days. FAR 52-217-9 Option to Extend the Term of the Contract, the Government may extend the term of the contract by written notice within 60 days provi ded that the Government give the contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The total duration of this contract will not exceed 36 months. FAR 52.237-3 Continuity of Services. FAR 52.237- 1 Site Visit. DFARS 252.204-7004 Required Central Contractor Registration, and DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 52.237-2 --Protection of Government Buildings, Equipment, and Vegetation. Service Contract Act Wage Determination #1994-2103 (Rev. 28) Area: DC, District-wide dated 10/4/02 can be assessed at https://www.ceals.usace.army.mil/netahtml/srvc.html. Award will be made base d on Contractors ability to meet aspects of statement of work, past performance, (State and/or Federal government contracts) and price. Note: THE FULL TEXT OF THE Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.deskbook.osd. mil. Defense Federal Acquisition Regulations Supplemental www.dtic.mil/dfars. All interested parties must be registered in the Central Contractor Register (CCR) in order to receive an award. Interested parties shall provide detailed information on propo sed products, which clearly meet the requirements stated above. Response(s) may be via e-mail or on company letterhead; include company?s name, point of contact, address, phone number, Duns Number, Tax ID, and Solicitation Number. Responses may be Faxed to (202) 782-0806, ATTN: Faith Ashton, or email to faith.ashton@na.amedd.army.mil. ______________________________________________ Approved for Electronic Release via Internet SUE ANN LAUGHREY Contracting Officer
 
Place of Performance
Address: Medcom Contracting Center North Atlantic ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW Washington DC
Zip Code: 20307-5000
Country: US
 
Record
SN00270062-W 20030306/030304213710 (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.