Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2005 FBO #1328
SOLICITATION NOTICE

J -- MAINTENANCE FOR CALUMET MRI TRAILER (CHILLER, GENERATOR, AC SYSTEM AND HUMIDIFIER). PLACE OF PERFORMANCE: WINN ARMY COMMUNITY HOSPITAL, FORT STEWART,GA 31314- 5325. PERIOD OF PERFORMANCE: 1 AUG 05-31 JUL 06.

Notice Date
7/14/2005
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV-05-T-0111
 
Response Due
7/21/2005
 
Archive Date
9/19/2005
 
Small Business Set-Aside
Total Small Business
 
Description
COPY OF SOLICITATION, W9Y1YTV-05-T-0111, MAY BE EMAIL OR FAX TO REQUESTOR. PERFORMANCE BASED WORK STATEMENT (PBWS) 1. Full service contract for the below listed item: Calumet MRI Trailer Mdl: SN: ECN: N/A Contract Period: 1 August 2005 - 31 July 2006 2. GENERAL SCOPE OF WORK 2.1. The contractor shall provide all repair parts, labor, test equipment, travel, and materials not government furnished, necessary to keep the unit operational to manufacturers specifications, five (5) days per week during normal duty hours 0730 thru 16 30. Contractor shall provide unlimited service calls with 24 hour response time. Contractor shall provide and install all software updates. New and refurbished parts must be certified and documented to meet OEM(Original Equipment Manufacturers)specificati ons on all repairs. Provide a four (4) preventive maintenance service visits at quarterly intervals, per year to include Complete Calibra?tion and Comprehensive Preventive Maintenance of the MRI Trailer. 2.2. PERSONNEL. 2.2.1. HOURS OF OPERATION. The MRI Trailer shall be fully operational and provided eight hours a day five days a week, 0730  1700 service. 2.2.2. MINIMUM PERSONNEL QUALIFICATIONS. Services under this Contract shall be performed by individuals who have been Factory Trained and show documentation of the training on the described system and com?petence in the servicing and maintaining the syst em under this Contract. 2.2.3. SECURITY REQUIREMENTS. Contractor personnel or any representative of the contractor entering Redstone Arsenal shall abide by all security regulations and shall be subject to security checks. ?? 2.2.4. PERSONAL APPEARANCE. Contractor personnel working under this contract shall practice high standards of personal hygiene and maintain a clean, neat appearance while on duty. 2.3. QUALITY ASSURANCE. Upon completion of work, an acceptance inspection will be conducted by the Government (personnel from Equipment Management Branch, Logistics Division, Winn Army Community Hospital and the equipment user) to ensure all services are satisfactory and completed. ? 2.4. QUALITY CONTROL. The contractor shall be responsible for ensuring that the quality of service and materials provided under this contract meet or exceed the Performance Work Statement. 3. PERFORMANCE MEASURES. 3.1. The contractor shall maintain the MRI Trailer and all related equipment in optimal operating condition throughout the term of the service agreement. The service shall include all adjustments, calibration, repairs, parts replacement, all glassware an d all other methods deemed necessary to maintain the equipment in its normal operating condition. Upon completion of calibration (if applicable), the contractor shall affix a DD form 2163 to the equipment and supply a copy of the work performed to C, Equi pment Mgmt. Branch in accordance with instructions provided in TB MED 750-1. Calibration shall be performed on preventive maintenance visits. 3.2. The contractor shall maintain the equipment in an operational state 98% of the time with no more than 2% downtime within any thirty-day period. If downtime exceeds 2% during any thirty-day period due to negligent maintenance performed by the contract or, an amount of 10% of the unit price may be withheld from the next invoiced period. 3.3. Computation of the equipment downtime shall begin immediately upon equipment failure until the time the equipment is fully operational. The time allocated for performance of scheduled maintenance services will not be included in the computation of eq uipment downtime. Equipment availability is calculated by subtracting the monthly sum of equipment downtime from the total hours per month. Divide the result by the total hours per month. %Availability = (Total hours per month  downtime)*100 Total hours per month 4. DEFINITIONS 4.1. ADVISORY DOCUMENT. A document containing information and guidance for use by the contractor. The directive is not binding for compliance. 4.2. CALENDAR DAY. The time from midnight to midnight. 4.3. CALIBRATION/VERIFICATION/CERTIFICATION (CVC). Comparison of the equipment included in this contract of unverified accuracy to test, measurement, and diagnostic equipment (Test Equipment) of known or greater accuracy to detect and correct any discrepancy in the accuracy of the unverified instrument. A ll calibrations performed on this unit will be documented and the DD Label 2163 sticker on the equipment updated. This DD Label 2163 is available upon request in the Equipment Management Branch. 4.4. CONTROL. Having authority or influence over the operation and use of equipment. The period of Contractor control is defined as the time when the operator turns the equipment over to the repair technician and ending at the time the operator accepts the equipment back. 4.5. DEFECT. Any nonconformance of a part or assembly of the system under contract to specified requirements. 4.6. GOVERNMENT FURNISHED PROPERTY (GFP). All equipment, goods, and land possessed by the government and subsequently delivered or otherwise made available to the contractor. 4.7. LEGAL PUBLIC HOLIDAYS. Holidays in each calendar year identified as follows: New Years Day, January 1 Martin Luther Kings Birthday, 3rd Monday in January Washingtons Birthday, 3rd Monday in February Memorial Day, last Monday in May Independence Day, July 4 Labor Day, 1st Monday in September Columbus Day, 2nd Monday in October Veterans Day, November 11 Thanksgiving Day, 4th Thursday in November Christmas Day, December 25 Those holidays falling on a Saturday will be observed on the preceding Friday. Those falling on Sunday will be observed on the following Monday. 4.8. WACH. An acronym, Winn Army Community Hospital. 4.9. MANDATORY DOCUMENT. A directive obligating the contractor to perform the effort strictly in accordance with the method specified in the directive to meet the stated results of the directive. The mandatory documents are all service records, documenti ng parts cost, labor cost, and calibrations performed. 4.10. NORMAL DUTY HOURS. 07:30 a.m. to 5:00 p.m., Monday through Friday, excluding public holidays. 4.11. PREVENTIVE MAINTENANCE CHECKS AND SERVICES (PMCS). Maintaining equipment in a like new operating condition in accordance with the manufacturers specifications. Accomplished by providing systematic inspection, CVC (Calibration/Certification/Verification), detection, and correction of remedial maintenanc e problems, before they occur or before they develop into a major defect, replacement of cracked or work buttons, covers, etc. Cleaning and lubrication will be included, as needed, on all internal parts as well as external cleaning after services are perf ormed. 4.12. QUALITY ASSURANCE. Those actions taken by the Government to assure that the quality of purchased goods and services received are acceptable in accordance with established standards and requirements of the contract. 4.13. QUALITY ASSURANCE EVALUATOR (QAE). A Government Contracting Officer Representative (COR) is responsible for performing surveillance and inspection of contractor performance. 4.14. REPAIR COMPLETION TIME: The time frame requirement within which the Contractor must have the equipment in fully serviceable condition. This may involve correction of a specific failure or unserviceable condition from time of verbal or written noti fications that a service is required on the equipment. 4.15. RESPONSE TIME. The allotted time for the Contractor to arrive onsite. Measured from the time of verbal notification that service is required. Response time for this contract is 24 hours after service call is confirmed with the contractor. The de fic iency must be corrected within 24 hours after the call is confirmed. Some leeway will be taken into consideration for repair time when major component change out occur, 4.16. ROUTINE SERVICE CALL. Request for onsite unscheduled service call (excluding emergency calls). 4.17. UNLIMITED REPAIR SERVICE: Repairing equipment to correct deficiencies in the operation of the equipment to insure it will perform all required functions according to manufacturers specifications (includes emergency calls and routine service calls) . 4.18. WEEKEND. The period beginning on Friday at 5:00 p.m., and ending Monday at 7:30 a.m. There will be no service calls during the weekend. 5. GOVERNMENT FURNISHED PROPERTY AND SERVICES 5.1. The Government will provide the equipment listed in section 7.5, 7.6 of this (PBWS) and, as required, in connection with this contract. 6. CONTRACTOR FURNISHED ITEMS 6.1. The Contractor shall furnish all materials, Original Equipment Manufacturer Parts, labor, test equipment and supplies necessary to perform the services described herein, other than those listed specifically at 4.1 as Government furnished. Travel is included in the overall contract cost. 7. SPECIFIC TASKS 7.1. The Contractor shall provide 4 each scheduled onsite PMCS Services for equipment. Preventive Maintenance/Calibration calls will be scheduled with the activity in advance. 7.2. Contractor's representative shall report to the Equipment Management Branch, Building P302, Room LC29, Winn Army Community Hospital, telephone 912-435-6920, prior to commencing all onsite services and repairs during normal operating hours, 0730 A.M. to 5:00P.M., Monday through Friday. If in the event repairs are required after normal duty hours the staff onsite will make sure service receipts are provided to Equipment Management Branch. 7.3. Upon Completion, a written service report will be provided to the Chief, Equipment Management Branch. The service report shall be completely filled out and provide detailed information regarding the cause of equipment malfunc?tion as well as correct ive action taken. Included should be the time required to complete the work, price of labor (hourly rate), and a list of parts and price for each part replaced. In the event all information is not available to contrac?tor's representative when services a re performed, the initial service report shall include all information stated above except for price. Contractor shall provide the balance of the required information in writing to the Chief, Equipment Management Branch, not later than two days after serv ices are com?pleted. 7.4 Upon completion of PMCS, the contractor shall sign off on or affix a DD Form 2163 Calibration verification sticker in accordance with instruction provided in TB Med 750-1. 7.5. The contractor shall be responsible for damages to Equipment covered by this contract while the equipment is under the contractors control. 7.6. The Contractor shall perform unlimited service calls during normal duty hours, 5 days per week. Response time for routine repair will be within 24hrs. after verbal notification is received. Completion time shall be within 4 hours or in the most exp editious repair time depending in the severity of the required repair after the Contractors representative arriving onsite. 7.7. The Contractor shall accept requests for service only from the Chief, Equipment Management Branch or his designated representative. 7.8. The Contractor shall use new or refurbished parts, material, and assemblies when performing the terms of this contract. Exterior parts, circuit boards and assemblies (other than industry standard electronic components) will be original manufacturer products to ensure exact manufacturer specifications and operational characteristics are obtained. 8. APPLICABLE DIRECTIVES/DOCUMENTS. 8.1. Documents applicable to this PBWS are listed below. The documents have been coded (M) mandatory. The contractor shall follow those coded as mandatory, but only to the extent specified in this PWS when the document is referenced herein. Applicable publications will be available during the contract period at Equipment Manage ment Branch, Winn Army Community Hospital. Supplements or amendments may be issued from time to time, but are not to be a part of the contract unless incorporated by modification by the Contracting Officer. 8.2. Payments. Payment will be made by DFAS San Antonio, TX thru Wide Area Work Flow and will be accompanied by an Invoice. 8.3. ARMY PAMPHLET. TB 38-750-2, Maintenance Management Procedures for Medical Equipment, dated 1 Nov 89 (M). 8.4. FORMS. DD Form 2163, Medical Equipment Calibration/Verification/Certification Sticker (M).
 
Place of Performance
Address: WINN ARMY COMMUNITY HOSPITAL (WACH) BLDG P302 9TH ST. AND NILES AVE FORT STEWART GA
Zip Code: 31314-5325
Country: US
 
Record
SN00847497-W 20050716/050714212510 (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.