Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2004 FBO #0997
SOLICITATION NOTICE

J -- Maintenance and repair of Laboratory Coverslipper

Notice Date
8/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
 
ZIP Code
68113-2107
 
Solicitation Number
FA4600-04-T-0152
 
Response Due
8/27/2004
 
Archive Date
9/11/2004
 
Point of Contact
Virginia DeMeritt, Contract Specialist, Phone 402-294-7703, Fax 402-294-7280, - Ricky Schweitzer, Contract Specialist, Phone 402-232-3974, Fax 402-232-6571,
 
E-Mail Address
virginia.demeritt@offutt.af.mil, ricky.schweitzer@offutt.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations document (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number FA4600-04-T-0152 is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24. All applicable provision and clauses are included in the actual solicitation. This electronic announcement constitutes the only solicitation being issued. This procurement is set aside 100% for small business. The North American Industry Classification System (NAICS) code is 811219, and the small business size standard is $ 6,000,000. The Government intends to issue a firm fixed price purchase contract for the following CLIN 0001: Extended equipment service contract for laboratory Coverslipper IAW the Statement of Work, period of performance approx. 1 Oct 2004 ? 30 Sep 2005; STATEMENT OF WORK: 1. Service program: Contractor to provide all transportation, labor, parts, tools, test equipment, and service literature necessary to perform scheduled maintenance/calibration inspection and unscheduled maintenance on the following piece (s) of medical equipment for the period of 1 October 2004 to 30 September 2005. 2. Equipment to be serviced: one Coverslipper, Model # Consul, Serial # CN1082A0006, ID # 12750 3. Location of equipment: 55th Medical Group, 2501 Capehart Road, Offutt AFB, Nebraska 68113-2160. 4. Hours of service: Monday through Friday, 0800-1730 hours excluding federal government holidays. 5. Reporting Instructions: Before beginning and upon completion of any scheduled or unscheduled service call visit, the contractor?s service representative shall sign in and sign out with a representative of the Biomedical Equipment Maintenance Department (BMET), located in room GI17 on the ground floor of the hospital. Access to the hospital during heightened security may be hampered. The vendor shall hold the government harmless for delays caused by security. The two normal ways to access the facility will be to arrive at the entrance and call 402-294-7440 for an escort or to apply for a contractor?s badge through the 55th Security Forces squadron (recommended if accessing more than once per month). The BMET shop will assist with either option upon award. 6. Frequency of service: 6.1. Scheduled calls will consist of Original Equipment Manufacturer (OEM) recommended preventive maintenance/calibration inspection intervals. Upon award of the contract, the vendor shall submit a scheduled maintenance plan indicating what months the maintenance will be performed. The numbers of inspections should be set at a minimum to what is available to non-military customers in OEM standard service agreements. 6.2. Unscheduled calls are calls deemed necessary to maintain equipment in good operating condition and will be unlimited in number. 7. Response time: 7.1. Scheduled maintenance will be coordinated with Biomedical Equipment Maintenance at least three working days in advance. Phone 402-294-7440/9432. 7.2. For unscheduled maintenance when the equipment is usable; the contractor?s representative is to arrive not later than 2 work days after a service request is originated. 7.3. The contractor will respond only to requests placed by the Contracting Officer or their designated representative and the following 55th Medical Group maintenance personnel: SMSgt James M. Mazurek, Supt. Medical Logistics Flight; MSgt Bill Answine, NCOIC, Biomedical Equipment Maintenance; TSgt John Hall; SrA Nathan Edenfield; A1C Elijah Bonzer. 8. Required services: 8.1. Scheduled maintenance: inspections shall include, but not be limited to, the following: 8.1.1. Perform operational check of all systems and correct any deficiencies noted. 8.1.2. Verify that the system?s internal and external calibrations are within manufacturer?s specifications. 8.1.3. Clean and lubricate mechanical parts in accordance with applicable manufacturer?s service manual. 8.1.4. Perform an electrical check out of the instrument and all accessories included in the contract and make electrical adjustments, as required, to insure compliance with manufacturer?s specifications. 8.1.5. 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. 8.1.6. Visually inspect exterior of all systems for damage and cleanliness and report any discrepancies to the Biomedical Equipment Maintenance Department. 8.1.7. Make mechanical adjustments to insure proper operation. 8.1.8. Consult with the equipment operator regarding equipment performance. 8.2. 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 National Bureau of Standards. 9. Replacement parts: The contractor shall use only new original equipment manufacturer 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 Biomedical Equipment Maintenance Department of the deficiency and deliver to the hospital all replacement parts required to complete the inspection in order to maintain the 95% uptime. The contractor shall not remove any item of USAF owned equipment from 55th Medical Group for service at the contractor?s establishment without the written consent of the Biomedical Equipment Maintenance Department. Should it be necessary to remove the equipment from the facility for servicing, the contractor shall provide, at no additional cost to the government, a loaner like item. 10. Claims of Government Misuse or Abuse: If the contractor claims any service calls are the result of government abuse or misuse, the damage must immediately be shown to and verified by the Supt/NCOIC, Biomedical Equipment Maintenance before repairs are made. The Contracting Officer will resolve disagreement as to responsibility. 11. Reliability: All equipment must maintain a monthly percentage uptime of 95%, based upon the total number of hours in the month. 11.1. Uptime is defined as the time that the system is performing according to specifications. 11.2. Downtime is defined as the state when the system is deemed not available by the Supt./NCOIC Biomedical Equipment Maintenance due to breakdown, ongoing corrective maintenance, or failure to perform according to specifications. The period of downtime shall be from notification to the contractor until the equipment is presented to the government?s representative in operating condition, ready to use. This shall include waiting time for a loaner, time for delivery and installation of replacement parts, and time elapsed after initial notification. Total downtime is the cumulative number of hours per month that the system is non-functional. 11.3. Scheduled routine preventive maintenance (PM) shall not be considered downtime. The contractor shall perform all preventive maintenance and calibration of components as indicated by the original equipment manufacturer?s technical/service literature and general commercial practices offered to non-military customers. The scheduling of preventive maintenance services shall be coordinated with and approved by the Biomedical Equipment Maintenance Department. 12. Documentation: 12.1. At the completion of each schedule or unscheduled service call, the contractor shall provide the Biomedical Equipment Maintenance Department with a legible service report. The government representative will countersign the report. Failure to provide a service report will result in a delay in payment until the Biomedical Equipment Maintenance Department receives the service report. Service reports shall include: 12.1.1. Type of service: Scheduled or unscheduled. 12.1.2. A description of all services rendered during the visit. 12.1.3. A listing of any discrepancies that may still exist with any item on the contract. 12.1.4. If replacement parts are used, a complete list of parts used by part number. Except for exchange parts, replacement parts shall be returned to the Biomedical Equipment Maintenance Department at the completion of the required work. The completed service report shall be turned in to the Biomedical Equipment Maintenance Department prior to the contractor?s representative departing 55th Medical Group. 13. Payments: To be made monthly or quarterly based upon work accomplished and service tickets received by the Biomedical Equipment Maintenance Department. 14. Telephone Assistance: The contractor shall provide telephone assistance 24 hours a day for equipment covered under this contract. Telephone assistance shall be toll free to the government, and shall be manned by a qualified repair technician. The equipment operator shall be able to call and receive assistance in correcting problems with equipment operation. If the problem is not corrected by telephone assistance, telephone trouble shooting time shall be included in on site response time. 15. Equipment Updates: The contractor shall furnish and install all software updates and equipment modifications normally provided by the manufacturer. Updates and modifications shall be furnished at no additional cost under the contract and installed at the next scheduled PM after the manufacturer makes them available. 16. Alternate Service: The contractor shall not use subcontractors in the performance of the contract without notifying the Contracting Officer and receiving written permission to subcontract in whole or in part. 17. Liability: The contractor will be held professionally liable for errors and/or omissions during the performance of this contract. 18. Safety: The contractor and contractor representatives shall comply with Air Force safety standards at all times while on government property. In accordance with AFOSH Standards 91-8/91-501, and Federal Occupational, Health and Safety agency (OSHA) standards, safe-working practices shall be followed. These include, but are not limited to: 18.1. Wearing of seatbelts/shoulder harnesses at all times while driving on Offutt AFB. 18.2. Observe maximum speed limits, 25 MPH unless otherwise posted, on Offutt AFB. 18.3. Contractor personnel shall remove watches, rings, and jewelry prior to servicing electrical circuits. 18.4. 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. The contractor shall comply with the Biomedical Equipment Maintenance Department?s current lock out / tag out policy located in their shop. 18.5. Comply with the no smoking policy within 55th Medical Group. 18.6. Report to the Biomedical Equipment Maintenance Department any problems with building utilities such as blown circuit breakers and defective/broken electrical receptacles. 18.7. Comply with all 55th Medical Group Fire Regulations. 19. Discounts: The contractor shall provide all discounts on new equipment, accessories, or supplies normally offered to non-military customers with OEM standard service plans. This shall include, but is not limited to items like reduced rates on replacements handpieces, tubes, disposable supplies, etc. The following provisions apply to this acquisitions FAR 52.212-3 (Offerors must include a completed copy of FAR 52.212-3, Offeror Representation and Certifications Commercial Items with offer which can be found at http://farsite.hill.af.mil/vffara.htm), FAR 52.213-4 Terms and Conditions?Simplified Acquisitions (Other than Commercial Items); FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.232-18 Availability of Funds, FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, FAR 52.237-3 Continuity of Services, FAR 52.242-15 Stop-Work Order, FAR 52.246-1 Contractor Inspection Requirements, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-5 Authorized Deviations in Provisions, FAR 52.252-6 Authorized Deviations in Clauses. The following are also applicable to this acquisition, DFAR 252.204-7003 Control Of Government Personnel Work Product, DFAR 252.204-7004 Alt A Required Central Contracting Registration Alternate A, DFAR 252.232-7003 Electronic Submission of Payment Requests, AFFARS 5352.233-9001 Health and Safety on Government Installations, AFFARS 5352.242-9000 Contractor Access to Air Force Installations is applicable to this acquisition as well. Please reference solicitation # FA4600-04-T-0152 on all correspondence. All quotations must be received by the 55 Contracting Squadron, 101 Washington Square, Offutt AFB 68113-2107 by Aug 27, 2004 at 12:00 pm (CST). Quotes must be valid until 10 Oct 2004. Facsimile copies may be submitted to (402) 294-7280. NO PARTIAL AWARDS WILL BE MADE. Please acknowledge all requirements on quotations. Direct all questions to SrA Virginia DeMeritt via email (virginia.demeritt@offutt.af.mil) or phone (402-294-7703). COLLECT CALLS CANNOT BE ACCEPTED. All potential offerors are reminded, in accordance with DFARS 252.204-7004 Alt A, Required Central Contract Registration Alternate A, that lack of active registration in the CCR database will make a bidder ineligible for award. NOTE: CONTRACTORS MUST BE CCR REGISTERED PRIOR TO 27 Aug 2004. TO REGISTER, GO TO THE WEBSITE: http://www.ccr.dlsc.dla.mil.
 
Place of Performance
Address: Offutt AFB, NE
Zip Code: 68113
Country: USA
 
Record
SN00645333-W 20040819/040817212106 (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.