Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2005 FBO #1389
SOLICITATION NOTICE

J--J -- Repair/Preventive Maintenance-North American Drager Anesthesia Machines

Notice Date
9/13/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Ann Arbor Health Care System, Contracting Office, (54C), 2215 Fuller Road, Ann Arbor, Michigan 48105
 
ZIP Code
48105
 
Solicitation Number
506-00423-06
 
Response Due
9/26/2005
 
Archive Date
10/26/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 RFQ 506-00423-06 is being issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-5 (8/26/2005). NAICS Code 811219, size standard $6 Million applies. DESCRIPTION/SPECIFICATIONS/WORK STATEMENT: I. SCOPE OF WORK: The Contractor shall provide all parts, materials, labor, supervision, test equipment, technical manuals and transportation necessary to perform preventive maintenance on Government owned North American Drager Anesthesia Machines listed below, located at the VA Ann Arbor Healthcare System, Surgical Service, 2215 Fuller Road, Ann Arbor, MI 48105, for the period of October 1, 2005 through September 30, 2006, in strict accordance with all schedules, specifications, terms, conditions and provisions of this contract. II. CONFORMANCE STANDARDS: All services provided under this contract must be performed in conformance with the National Fire Protection Agency (NFPA), Occupational Safety and Health Administration (OSHA), and Original Equipment Manufacturer (OEM) standards and specifications. III. HOURS OF WORK: A. Hours of work for preventive maintenance are defined as Monday thru Friday from 7 a.m. to 5 p.m., excluding Federal holidays, or as otherwise arranged with the Contracting Officer Technical Representative (COTR). B. The ten holidays observed by the Federal Government are New Year?s Day, Martin Luther King Day, President?s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. Also, any other day declared by the President of the United States to be a national holiday. IV. PREVENTIVE MAINTENANCE: A. The Contractor shall perform quarterly (typically December, March, June and September) preventive maintenance procedures on each device below during the contract year, as arranged with the Contracting Officer Technical Representative and Surgical Service Staff. Procedures shall be in accordance with the published preventive maintenance manuals for the following anesthesia machines with vaporizers: a) Model #NarkoMed2C, S/N 10278C; b) Model #GS, S/N 10837; c) Model #GS, S/N 10838; d) Model #GS, S/N 10839; e) Model #GS, S/N 10841; f) Model #GS, S/N 10842; g) Model #GS, S/N 10843; h) Model #GS, S/N 10844; i) Model #GS, S/N 10845; j) Model GS2, S/N 14240. The Contractor shall utilize the Original Equipment Manufacturer?s established procedures and checklists, (or Contractor-supplied equivalent satisfactory to the COTR) specifications. Preventive maintenance (PM) shall include, but are not limited to, the following: 1. Cleaning of equipment (not housekeeping). 2. Completing Original Equipment Manufacturer field service updates for operational and reliability engineering change notices. 3. Calibrating and lubricating the equipment. 4. Performing remedial maintenance of non-emergent nature. 5. Testing and replacing faulty and worn parts. 6. Inspecting/replacing electrical wiring and cables for wear and fraying. 7. Inspecting all mechanical components including, but not limited to; cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, and motors for mechanical integrity, safety, and performance to Original Equipment Manufacturer specifications. 8. Returning the equipment to operating condition defined in Original Equipment Manufacturer?s specifications. 9. Replacing any Original Equipment Manufacturer labels, decals, or warning tags that are not legible. 10. Providing documentation of services performed. B. The Contractor shall notify the Contracting Officer of the existence or development of any defects in, or repairs to the equipment covered under this contract which the Contractor considers he/she is not responsible for under the terms of the contract (such as operator misuse or repairs generally considered beyond the scope of preventive maintenance). C. All exceptions to the Preventive Maintenance Inspection schedule shall be arranged and approved in advance with the COTR. V. EMERGENCY REPAIR SERVICE: Emergency repairs are not included in this contract. Any emergency repair services requested of the Contractor shall be invoiced and billed separately. VI. PARTS: The Contractor shall furnish all parts as necessary to perform industry standard preventive maintenance on the equipment covered by this contract, in accordance with the Conformance Standards Section. The Contractor stipulates that he/she has ready access to new standard parts (manufacturer?s, supplied by the manufacturer, or equal thereto). All parts supplied shall be of current manufacture and have full compatibility with existing equipment. Documentation of intended part source(s) shall be provided to the Contracting Officer upon request. VII. DOCUMENTATION/REPORTS: The Contractor shall submit a legible field service report, which shall include detailed descriptions of the PM inspection or emergency repair services performed, including replaced parts and estimated prices required for the service call, at the completion of each preventive maintenance procedure. NOTE: Any additional charges claimed must have been approved by the COTR before service was performed. VIII. REPORTING REQUIREMENTS: Prior to the start of work and upon completion of procedure Contractor shall be required to report to Biomedical Engineering (Building 1, Room E503) to log in during normal working hours. This check-in/check-out is mandatory. Upon log-out Contractor shall submit the field service report to the COTR for a signature, during normal working hours, or leave the service ticket in the box on the Biomedical Engineering shop door after hours. IX. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: A. The Contractor?s staff shall include a ?fully qualified? Field Service Engineer assigned to this area and a ?fully qualified? Field Service Engineer who shall serve as the backup. B. ?Fully qualified? is based upon training and on experience in the field. For training, the Field Service Engineer(s) must have successfully completed a formalized training program for the equipment covered under this contract. For field experience, the Field Service Engineer(s) must have a minimum of one (1) year of experience, providing preventive maintenance and emergency repair services, on the same make and model of equipment covered under this contract. C. The contractor shall provide written assurance of the competency of their personnel by detailing a list of Field Service Representatives along with applicable training and years of service experience on the specific devices covered in this agreement. This information shall be included in the quoted proposal for providing service. X. TEST EQUIPMENT: Prior to commencement of work on this contract, the Contractor shall provide the COTR with a copy of the current Calibration Certification of all test equipment, which is to be used by the Contractor to perform service under this contract upon request. Calibration of equipment shall be traceable and in conformance with test equipment OEM standards. XI. SAFETY REQUIREMENTS: In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contracting Officer shall notify the Contractor of any safety issues and the action to correct these issues. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or any part of the work, and hold the Contractor in default. XII. PERFORMANCE REQUIREMENTS: A. Documentation/Reports: The contractor is totally responsible for providing Service and Preventive Maintenance Inspection reports, as defined in Section VII, Documentation/Reports. Failure to provide the COTR with service reports will result in an automatic 5% deduction from the payment due for that quarter. Leaving service reports with a person in the vicinity of the equipment may be performed in addition to the previous state requirement, but is not to be used as a substitute. B. Preventive Maintenance: If all Preventive Maintenance Inspection(s) are not performed as indicated in Section IV, Preventative Maintenance, during the scheduled months stated in Part A of this section, or as otherwise determined by the COTR , will result an automatic 5% reduction from the payment due for that quarterly period. C. Emergency Repair On-Site Physical Response Time: Not applicable to this contract. D. Required Check In and Out: The FSE must check in prior to commencing work and check out when work is complete as indicated in Section VIII. Failure to complete this reporting requirement will result in a 5% reduction in the payment due that quarter. (End of Section) The following clauses and provisions apply to this solicitation: 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Order Commercial Items with (b) (1), (5), (7), (16), (18), (19), (20), (26), and (31) checked. 52.212-1 Instructions to Offeror-Commercial Items, 52.212-3 Offeror Representations and Certificationn-Commecial Items, FAR 52.217-9 Option to Extend Term of the Contract, FAR 52.217-8 Option to Extend Services, FAR 52.232-18 Availability of Funds, FAR 52.233-2 Service of Protest, VAAR 852.233-70 Protest Content, VAAR 852.233-71 Alternative Protest Procedure and VAAR 852.270-4 Commercial Advertising also apply to this solicitation. Quotes will be evaluated on the following criteria according to FAR 52.212-2(a): Technical/service capability of equipment and past performance, when combined are equal to price. Award will be made to the offeror who meets the requirements above and is most advantageous to the Government. The Government intends to evaluate the information received and award without discussions. Offers including the pricing information are to be submitted on company letterhead and include the information required in provisions 52.212-1, a completed copy of the provisions 52.212-3 Offeror Representations and Certifications-Commercial Items (with signature), the completed certification at 52.222-48, literature/brochures on proposed service maintenance and the company DUNS number. Electronic versions of the referenced provisions and clauses are available on the internet at www.arnet.gov/far and www.va.gov/oa&mm/vaar/. Quotations and all required information must be received by 3:30 PM, EST September 26, 2005. Quotations shall be submitted to Cynthia W. Maschat (54C), Contracting Officer, VA Ann Arbor Healthcare System, 2215 Fuller Road, Ann Arbor, MI 48105. Solicitation number RFQ 506-00423-06 must be listed on all documents for identification purposes. Only offers prepared in accordance with this notice will be considered. Offeror shall submit a separate price list for the base year and three (3) pre-priced option years.
 
Place of Performance
Address: 2215 Fuller Road, Ann Arbor, MI
Zip Code: 48105
Country: United States
 
Record
SN00893663-W 20050915/050913211902 (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.