Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 10, 2005 FBO #1445
MODIFICATION

Q -- Laser Maintenance

Notice Date
11/8/2005
 
Notice Type
Modification
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 89th CONS, 1419 Menoher Drive, Andrews AFB, MD, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
Reference-Number-P0530455633021005F
 
Response Due
11/15/2005
 
Archive Date
11/30/2005
 
Point of Contact
Lois Watts, Contract Specialist, Phone (301)981-2306, Fax (301)981-1914, - Dennis Alber, Contract Specialist, Phone (301)981-2342, Fax (301)981-1913,
 
E-Mail Address
Lois.Watts@andrews.af.mil, Dennis.Alber@andrews.af.mil
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
INFORMATION SHEET 1. Delivery Estimate ___________________ days _____ FOB Destination (Vendor pays to destination) 2. Business Size (in accordance with Federal Govt. Standards) Small _____ Large _____ Women-Owned _____ Disadvantaged _____ 3. Prompt Payment Terms ______%______ days Net ______ 4. CAGE (Commercial & Govt. Entity) No. __ __ __ __ ___ __ DUNS (Dunn & Bradstreet) No. __ __ __ __ __ __ __ __ __ Federal Tax ID No. ________________________________ GSA Contract Number _____________________________ 5. Company Name & Mailing Remit To Address (as it appears Address for Ordering on Invoice) ______________________________ ______________________________ ______________________________ ______________________________ ______________________________ ______________________________ Phone ( ) __________________ Phone ( ) __________________ Fax ( ) __________________ Fax ( ) __________________ 6. Vendor Representative (full name) ________________________________________ Phone ( ) _________________ Fax ( ) ___________________ Note: Pricing on American manufactured items is preferred. If an American manufactured item/s is not available, provide make, model of the foreign manufactured item/s, and country of origin. If pricing is of an “equal” brand, provide specifications, make and model of item/s. nd calibration if required. Contractor shall provide this hospital with a product certification on the unit, annually, which compares the unit’s accuracy to manufacturer specifications. PMI's shall be performed between the 1st and 25th calendar day of the due month and during normal duty hours; (normal duty hours are 8:00 a.m. to 5:00 p.m., five days per week, Monday through Friday coverage, excluding U.S. Holidays). Failure to accomplish PMI’s or provide evidence of inspection by the first day of the month following the inspection due month, shall result in reduction in the amount payable by the Government, see paragraph 4.4 of this SOW. This reduction is non-refundable. It shall be deducted every month until the PMI is performed and documentation is received, (per paragraph 4.3 of the SOW) or the total scheduled payment amount has been deducted. 1.3 ON-CALL CORRECTIVE MAINTENANCE: 1.3.1 On-call corrective maintenance is the service required to restore equipment to a condition within the manufacturer’s specifications. It includes all service except that which is required as a result of damage to the equipment by accident, neglect, abuse, power surge, power failure, or operation in an environment not compatible with the equipment’s published specifications, unless such is caused by the contractor. Parts and or service not provided by the contractor for the above reasons, will only be provided upon the approval of the Contracting Officer or his designated representative. The contractor shall be available 8:00 a.m. to 5:00 p.m., Monday through Friday (excluding U.S. holidays), to receive service calls for on-call remedial maintenance. Corrective maintenance will be classified as emergency or routine. Emergency service shall be available within 24 hours following contractor notification of a malfunction. The contractor will respond by telephone to emergency calls within two hours of notification. The contractor will respond on-site to routine calls within two days of notification. Failure to meet this requirement will result in a “Credit to the Government” per paragraph 4.4. 1.3.3 Contractor’s service technician shall continue uninterrupted on all services being performed until the system is 100% operational according to the manufacturer’s specifications i.e. shall not discontinue work in order to service another customer. 1.3.4 Contractor’s service plan shall demonstrate their ability to provide parts to meet the repair time frame specified in this contract and the orderly elevation of problems beyond the capability of their maintenance personnel. Non-availability of required repair parts shall not be an excusable delay for completing the repair. 1.4 TECHNICAL DATA: The contractor shall maintain a complete file of service manuals and technical documentation on each system listed in Schedule of Supplies/Services. All operational and technical documentation (i.e. operational and service manuals, schematics, wiring diagrams, parts lists, and troubleshooting guides) which are necessary to meet the performance requirements of this contract shall be available to the field service technician. 1.5 REPLACEMENT AND REPAIR PARTS: 1.5.1 Contractor shall provide all parts, except consumables and those specified in paragraph 1.3.1, for the equipment listed in the Schedule of Supplies/Services at no additional cost to the Government. 1.5.2 All replacement and/or repair parts shall meet or exceed manufacturer’s specifications be it new or remanufactured. SECTION C - 2 2.1 SERVICE DELIVERY SUMMARY: See Attachment 1. SECTION C – 3 3.1 GOVERNMENT FURNISHED PROPERTY: None 3.2 GOVERNMENT FURNISHED SERVICES: The government shall furnish the contractor all reasonable amounts of electric power and other utilities necessary to perform the above service. SECTION C – 4 4.1 DESIGNATED REPRESENTATIVES: The names of the designated representatives of the Contracting Officer and personnel authorized to place calls shall be provided to the Contractor at the time of contract award. 4.2 TRANSPORTATION: No equipment shall be removed from the 89 MDG without prior written approval of the Contracting Officer or his designated representative. Equipment, authorized for removal for repair, shall be done at no additional cost to the Government. 4.3 ADMINISTRATIVE CONTROL: 4.3.1 Contractor shall receive on-call corrective maintenance service calls from the Contracting Officer or designated representative only. Contractor's service personnel shall report to the MERC, Building 1050, room CB-7, prior to reporting to the work-site. 4.3.2 Contractor's service technician shall prepare a service report for each service (scheduled or unscheduled) and obtain the signature of the user within the using activity, or the Contracting Officer's representative certifying the requested service was rendered and accepted. The service report shall include the following minimum information: (1) Government contract number. (2) Call number (service calls only). (3) Index number (equipment identification data). (4) System nomenclature, room number, location, model and serial number. (5) Purpose of service (scheduled service or unscheduled service call). (6) Start date/time and completion date/time. (7) Description of defect and corrective action taken. List parts and their cost - total cost of service, including labor and parts. (9) Name of Service Technician. (10) Signature of individual acknowledging services. (11) Physically attach a contractor’s or MERC’s completed verification/calibration sticker to the unit after completion. The contractor’s service technician must submit a service report to MERC, Bldg 1050, room CB-7 before leaving Malcolm Grow medical Center. If service is accomplished after duty hours, or parts cost is not immediately available, service report may be slid under the front door of the MERC office or mailed to the address listed below. The service report must be received within five working days otherwise, certification of payment will not be accomplished. 89 MDSS/SGSLE 1050 West Perimeter Road Attn: Contracts Monitor Andrews AFB, MD 20762-6600 4.4 CREDIT TO THE GOVERNMENT: 4.4.1 On-Call Corrective Maintenance Service: In the event the contractor fails to respond on site within the time specified in paragraph 1.3.2 and/or fails to complete repairs within the time specified in paragraph 1.3.3, the contractor shall grant a credit to the government to reduce payment. This credit shall be for non-performance for each day or part thereof beyond the specified time allowances per the following formula: MONTHLY COST = Credit to be granted to the Government 160 4.4.2 Preventive Maintenance Inspections (PMI’s): In the event the Contractor fails to accomplish PMI’s and/or calibration within the time specified in paragraph 1.2, the contractor shall grant a credit to the government to reduce payment. This credit shall be for non-performance of the equipment’s PMI/ calibration accomplished outside the specified time allowances, per the following formula: SEMI-ANNUAL COST = Credit to be granted to the Government 6 4.5 SPECIAL REQUIREMENTS: 4.5.1 The contractor must provide written evidence, by the Original Equipment Manufacturer (OEM), or by a company who manufactures parts to OEM specifications, of his ability to obtain the needed repair parts in the quantities, and with sufficient time, to meet the terms of the contract. 4.5.2 The contractor must provide written evidence, certificate or diploma, that service personnel to be utilized on this contract, to include future replacements: (1) Have been trained on the particular model of equipment and have 12 months experience servicing the equipment listed on Schedule of Supplies/Services or Have an Associate Degree in Biomedical or Electronics Technology, from an accredited school of learning and have a minimum of 24 months experience servicing the equipment listed on Schedule of Supplies/Services. 4.6 U.S. LEGAL HOLIDAYS: This base observes the following legal holidays: New Year’s Day 01 January Martin Luther King’s Birthday Third Monday in January President’s Day Third Monday in February Memorial Day Last Monday in May Independence Day 04 July Labor Day First Monday in September Columbus Day Second Monday in October Veteran’s Day 11 November Thanksgiving Day Fourth Thursday in November Christmas Day 25 December NOTE: Any of the above holidays falling on a Saturday will be observed on the preceding Friday; holidays falling on a Sunday will be observed on the following Monday. GATE CONTROL: Unscheduled gate closures by the Security Police may occur at any time and personnel entering or exiting the installation may experience a delay. Privately owned vehicles of contractor's personnel are subject to being searched pursuant to applicable regulations. Contractor’s personnel shall comply with Andrews Air Force Base rules, regulations and directives while on the installation. The award of this contract does not create a right to have access to any military installation. Any violation of an installation regulation or Maryland state law may result in the termination of the privilege to enter one or more military installations. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (08-NOV-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AMC/89CONS/Reference-Number-P0530455633021005F/listing.html)
 
Place of Performance
Address: Andrews AFB MD
Zip Code: 20762
Country: US
 
Record
SN00929163-F 20051110/051108214515 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.