Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2006 FBO #1852
SOLICITATION NOTICE

99 -- WATER TREATMENT

Notice Date
12/20/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Veterans Affairs;Contracting Section (90C);650 E Indian School RD;Phoenix AZ 85012
 
ZIP Code
85012
 
Solicitation Number
VA-644-07-RQ-0011
 
Response Due
1/24/2007
 
Archive Date
3/25/2007
 
Description
  STATEMENT OF WORK     Qualifications of Field Service Engineer (FSE): Contractor shall provide a qualified service representative to perform all service work. Evidence or Manufacturer's training and certification must be submitted to the Contracting Officer with the Offerors technical proposal for each FSE that will be performing service under this contract. Documentation shall confirm the competency of each FSE related to the subject equipment (see Contract Provisions, Addenda to FAR 52.212-1)   Equipment: This contract includes all costs of labor, parts (unless otherwise noted), and travel expenses necessary to maintain the equipment in proper operating order. Equipment includes two each, model MEDICA 60, SN ME60L187784 and SN ME60K187684, and all associated equipment. Equipment located in the Chemistry laboratory, room E-200.   Scheduled Service: Each scheduled service call shall include a thorough check out and necessary adjustment of the instrument components and replacement of all defective parts. PM visits will be accomplished monthly; UV lamp replaced yearly, and all other components will be replaced semi-annually.   Detailed list of maintenance services   Twelve (12) PM visit annually (system check) Four (4) prefilter replacements P/N LC123 Four (4) 0.05 micron post filter replacements P/N LC109 Two (2) UV lamp replacements P/N LC105 Four (4) composite tank vent filter replacements P/N LC136 Four (4) System sanitation RF membrane cleaning solution Two (2) LC114 deionization pack Unlimited filters on external deionization tanks    Contractor will also supply the following for each system:   Two (2) each .45 CF M/B Tank (one per system) Two (2) each quality light (one per system) Two (2) each light body (one per system) All time and materials required to perform contract work is included under this contract.   Unscheduled Service: Contractor shall provide for an unlimited number of calls, M-F 8:00 a.m. - 5:00 p.m. This contract provides for twenty-four (24) hour phone support of the covered equipment. All repairs shall consist of returning a failed component or system to full operational capacity. This shall include the replacement of parts broken or worn beyond useful life, but not damaged by operator abuse. A 24 hour phone number shall be provided upon issuance of the contract if it differs from (480) 961-3500.   Services and Parts Outside of Contract: When services outside of this contract are needed and/or parts are to be replaced that are not covered by the contract, the service representative shall call Lowell Dukeman, (602) 277-05551 X6851, Matt Nutter X7902 or (COTR) Jane Mitchell, X6460, to discuss the circumstances. The COTR is responsible to contact the Contracting Officer for a determination and/or approval of the services and/or parts prior to commencing the work.   No payment for work done outside of the contract specifications will be made without prior approval of the Contracting Officer.   Response Time: The contractor must respond with a phone call to the COTR or the designated service representative within 2 hours after receipt of telephoned notification from the VA Medical Center. If the problem cannot be corrected by phone, the FSE will commence work (on-site physical response) within 24 hours after receipt of initial notification.   Parts: All parts required in connection with service and maintenance of the instruments are included under this contract. All replacement parts furnished will be new or factory rebuilt and equal to or exceeding the manufacturer authorized parts specifications. The contractor will furnish all parts, cables, labor, travel and test material required in the maintenance of the equipment listed. The contractor shall not modify the system to facilitate replacement parts that are not identical to the part being replaced unless such modification was developed, approved and released by the equipment manufacturer. Replaced parts will be covered under the contract and remain the property of this medical center.   Service Manuals: The VA Medical Center shall not provide service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its FSEs all operational and technical documentation, which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name, and/or the manuals themselves shall be provided to the Contracting Officer and COTR upon request.   Hours of Coverage: The hours of coverage for this contract are from 8:00 a.m. to 5:00 p.m., Monday through Friday. All schedules of inspection and services to be performed under this contract shall be coordinated through the COTR or designee(s), Matt Nutter. The contractor will contact the COTR or designee in advance of scheduled inspections to coordinate equipment availability.   The contractor will sign in with Engineering Service before beginning any inspection or maintenance work.   A. Sign-In Procedures: All Contractor service representatives shall enter signatures on the sign-in sheet next to the door to the Biomedical Engineering Section, Building 1 Room 1162. When leaving, the service representative shall sign out on the same sheet and leave documentation in the box on the door of room 1162.   B. Documentation: The documentation shall include detailed descriptions of the scheduled and unscheduled maintenance procedures performed, including replaced parts   Procedures used for Preventive Maintenance Inspections shall be submitted with each service report.   In addition, each service representative must at a minimum document the following data legibly and in complete detail: 1. Name of Contractor 2. Name of Service Representative who Performed Services   3. Date and Time during which Services were Rendered   4. VA purchase order #(s) and contract # covering the call   5. Description of Problem Reported   6. Identification of Equipment to be Serviced   7. Itemized Description of Service Performed (including costs of items to be billed) 8. Total Cost to be Billed   9. Signatures of Service Representative and of VA Employee who Witnessed Service Described     Engineering Service will not authorize payment for any services unless a legible service ticket is left at the designated location.   FAILURE TO COMPLY WITH THIS PROCEDURE SHALL CAUSE PAYMENT TO BE WITHHELD UNTIL IT HAS BEEN DETERMINED THE SERVICES WERE ACTUALLY PERFORMED.   All repairs and inspections shall be done in accordance with NFPA 99, OSHA and JCAHO requirements. It is the responsibility of the contractor to ensure the FSE wears appropriate personal protective gear to perform the required service. PRICING SCHEDULE: 1. BASE YEAR: 01/01/07-09/30/07 9 MONTHS _________________ 2. OPTION YEAR 1: 10/01/07-09/30/08 12 MONTHS _________________ 3. OPTION YEAR 2: 10/01/08-09/30/09 12 MONTHS _________________ 4. OPTION YEAR 3: 10/01/09-09/30/10 12 MONTHS _________________ 5. OPTION YEAR 4: 10/01/10-09/30/11 12 MONTHS _________________ AGGREGATE TOTAL OF BASE YEAR AND 4 OPTION YRS: __________________
 
Place of Performance
Address: CARL T HAYDEN VA MEDICAL CENTER;650 E INDIAN SCHOOL ROAD;PHOENIX, AZ 85012-1892
Zip Code: 85012-1892
Country: UNITED STATES
 
Record
SN01200279-W 20061222/061220220459 (fbodaily.com)
 
Source
FedBizOpps 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.