Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 15,1997 PSA#1930

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

J -- X-RAY SYSTEMS MAINTENANCE SOL N00244-97-Q-5235 DUE 092697 POC Fax request for information to Bid Officer (619) 532-2575, or call (619) 532-2690; Contract Specialist, Cory Price (619) 532-2395; Contracting Officer, Sheila Wasson WEB: Click here to find out more about FISC San Diego., http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the bid officer via e-mail., connie_oshefsky@fmso.navy.mil. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6 and 13.6, 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. The solicitation number for this Request for Quotation (RFQ) is N00244-97-Q-5235. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 46. This solicitation is issued on an unrestricted basis, under Standard Industrial Code 7629 with a small business standard of $5.0 million. FISC San Diego has a requirement for services, material, and equipment necessary for the on-site repair/ maintenance service (preventive and corrective) of Government-owned x-ray systems manufactured by Philips Medical Systems. The following equipment is to be serviced: (Line Item Number, Description, Model, and BCN) 0001, x-ray system, Integris BH3000B bi-plane, 19037; 0002, x-ray system, Integris H3000 system, 19258. The equipment is located in Building 1, Deck 2, Room: Cardiac Catheterization Laboratory, of the Naval Medical Center, San Diego (NAVMEDCENSD). The contractor shall provide all services, materials, parts (excluding glassware except including A-plane glassware coverage on Item 0001), and equipment necessary for the repair/service of the above equipment to ensure dependable and reliable operation of the equipment at their designed efficiency and capacity. The statement of work listed below is the minimum requirement which must be met to be eligible for this maintenance contract. STATEMENT OF WORK (1) Perform service maintenance to industry standards. (2) Ensure that only FULLY QUALIFIED field engineers and technicians who have gone through original equipment manufacturer (OEM) or comparable third party service schools for the above mentioned equipment, shall be employed in the performance of any and all work performed under this contract. The highest standard of professional capability and electrical/mechanical workmanship is to be maintained throughout the life of this contract. (3) Make repairs to the extent necessary (as determined by inspection tests or disassembly) to ensure a functional system that will efficiently serve its intended purpose. (4) Correct inoperable condition in a timely manner. Including telephone call back time of (30) thirty minutes and on-site response time within (1) one hour after telephone notification, to a monitored contractor emergency telephone number to be provided by the contractor, to the TPOC immediately upon contract award. (5) Provide only work necessary to restore the equipment to a serviceable/ operating condition by adjustments, replacement parts, or minor repairs when it is determined that extensive repairs and parts replacement are not necessary. (6) Equipment improvements/modifications shall be made only on written approval and direction of the TPOC. Such modifications shall only be performed if theyare performed at no additional cost to the Government. (7) Notify the TPOC immediately of OEM or replacement parts/equipment safety recall notice. (8) Insure that original design and functional capabilities will not be changed, modified, or altered unless such changes are authorized by the TPOC. Such modifications shall only be performed if they are performed at no additional cost to the Government. (9) Provide suitable modern recommended repair equipment/tools required for the satisfactory execution of all repairs made. Furnish manufacturer OEM approved lubricants and lubricate wear points within equipment. (10) Extend to the Government all commercial warranties on replacement parts, consistent with standard industry practices. (11) Maintain an adequate spare parts inventory on parts with a history of high failure/replacement rates. TECHNICAL POINT OF CONTACT (TPOC): To be designated at time of award. The duties of this individual include technical liaison with the contractor regarding logistics, technical requirements, receiving and acceptance functions only . No TPOC shall have authority, either in individual action or by the cumulative effect, to change the scope, delivery schedule, cost or fee, labor mix, or other terms and conditions to this Solicitation. TITLE TO EQUIPMENT: The contractor will not assume possession or control of any part of the equipment. The Government retains ownership to title thereof. UTILITIES: The contractor may use Government utilities (electrical power, compressed air, and water) that are available and required for any service performed under this contract. Contractor electrical equipment must be approved by the building engineer to ensure compatibility with NAVMEDCENSD electrical wiring and equipment. ACCESS TO EQUIPMENT: The contractor will be provided reasonable access to all equipment which is to be serviced and utility outlets required to do the service. The contractor will be free to start and stop all primary equipment incidental to the operation of the maintained equipmentafter permission is received from on duty personnel responsible for such equipment. MALFUNCTION REPORTS: The contractor shall furnish to the TPOC a supply of forms which shall be used by the Government to report date and time of notification and a description of equipment malfunction. The contractor shall complete the Government copy of this malfunction incident report by including the following: date & time notified; date & time of arrival; BCN, type, serial # and model # of equipment; time spent repairing/servicing; description of malfunction; general description of replaced parts and service performed; and comments as to cause of malfunction. GOVERNMENT PERSONNEL: NAVMEDCENSD employees will not perform maintenance or attempt repairs to equipment while such equipment is under the purview of this contract unless agreed to in writing by the contractor. PARTS AVAILABILITY: To ensure minimal downtime to equipment, the contractor shall maintain replacement repair parts and materials necessary to performeach repair or supply said parts and materials within (1) one day. COMPENSATION: All compensation for labor, parts, and materials is included in the contract price. PARTS/SUPPLIES QUALITY: Parts and supplies provided under this contract shall be guaranteed to be equal in all respects, including performance, interchangeability, durability, and quality to the OEM parts when new or as presently recommended by the manufacturer. PREVENTIVE MAINTENANCE AND CORRECTIVE MAINTENANCE SCHEDULES: Preventive maintenance shall be performed four(4) times per fiscal year with actual months of service to be designated by the TPOC after contract award. Corrective maintenance shall be performed Monday -- Friday, 0800 -- 2400 hrs. The contract period is 01 October 1997 through 30 September 1998 with one (1) one year option period (01 October 1998 through 30 September 1999). The option year will have the same type of service and maintenance agreement as the base year. OPTION YEARS WILL BE INCLUDED IN THE EVALUATION OF THE PROPOSAL PRICE. FOB Destination prices are required. The following clauses and provisions are applicable and hereby incorporated by reference and will be provided by the Contracting Officer upon request. FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jun 1997); FAR 52.212-2 Evaluation -- Commercial Items (Oct 1995), with paragraph (a) completed as follows: "(i)Ability to meet required response times/maintenance schedules and certification requirements for field engineers and technicians. (ii) Price. Ability to meet required response times/maintenance schedules and certification requirements for field engineers and technicians represents the MINIMUM criteria for an "acceptable" offer. Failure to meet this criteria will render the offer "technically unacceptable" and the offer will not be considered for award. The Government's required response times, maintenance schedules and certification requirements are set forth in the Statement of Work. Ability to meet required response times/schedules shall be demonstrated by the offeror's submission of a signed offer which has not taken exception to these requirements. Offerors are to submit the certificates of course completion for all field engineers and technicians planned to work under the contract with their proposal. Offers which take exception to these requirement will be determined to be "unacceptable" and not considered for award. Award will be made to that responsible Offeror who meets the above minimum schedule/certification requirements and offers the lowest price." FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (May 1997); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders -- Commercial Items (Aug 1996); FAR 52.217-5 Evaluation of Options (Jul 1990); FAR 52.217-8 Option to Extend Services (Aug 1989); FAR 52.217-9 Option to Extend The Term Of The Contract (May 1989), with paragraph (a) completed as follows: "The Government may extend the term of this contract by written notice to the Contractor within 30 days...." and paragraph (c) completed as follows "The total duration of this contract, including the exercise of any options under this clause, shall not exceed 24 months"; FAR 52.222-26 Equal Opportunity (Apr 1984); FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (Apr 1984); FAR 52.222-36 Affirmative Action for Handicapped Workers (Apr 1984); 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (Jan 1988); FAR 52.232-18 Availability of Funds (Apr 1984); DFAR 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Jul 1997). Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jan 1997), DFAR 252.212-7000 Offeror Representations and Certifications -- Commercial Items (Nov 1995), and FAR 52.222-48Exemption From Application of the Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment -- Contractor Certification (Aug 1996). Inquiries may be faxed to Cory Price at 619-532-1089 or call at 619-532-2395. Sealed offers in original and one (1) copy must be received no later than 3:00PM local time, 26 SEPTEMBER 1997. Offers sent via the US postal service should be mailed to the Fleet & Industrial Supply Center, Bid Officer, 937 N. Harbor Dr., San Diego CA 92132-0212. All offers not sent through the US mail will be considered to be hand carried and direct delivered.**** (0253)

Loren Data Corp. http://www.ld.com (SYN# 0044 19970915\J-0004.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page