SPECIAL NOTICE
J -- Maintenance on Sterilizers
- Notice Date
- 2/11/2003
- Notice Type
- Special Notice
- Contracting Office
- Department of the Air Force, Direct Reporting Units, 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
- ZIP Code
- 80840-2315
- Solicitation Number
- F73SGL22730400
- Archive Date
- 2/16/2003
- Point of Contact
- Sheila Garrett, Contract Specialist, Phone 719-333-8265, Fax 719-333-6608, - Marlene Kleckner, Contract Specialist, Phone (719) 333-4085, Fax (719) 333-4404,
- E-Mail Address
-
sheila.garrett@usafa.af.mil, marlene.kleckner@usafa.af.mil
- Description
- GOVERNMENT REQUIREMENT FOR Steam Sterilizer Preventive Maintenance and Service This announcement is notice of intent to award a service contract for maintenance and service on the following items: 1 Eagle 48" Vac Sterilizer 0107201-01 CS/OR 2 Eagle 48" Vac Sterilizer 0113501-04 CS/OR 3 Century 16" Vac 0125301-02 Dental 4 Century 16" Vac 0125601-01 Dental 5 Century 16" Vac 11329702 OR 6 Century 16" Vac 0124801-01 OR 7 Century 16" Vac 0123901-03 OR to an approved sole source contractor in accordance with FAR 6.302-1 (a)(2)(iii). FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS REQUIREMENT. 1.1. SCOPE OF WORK. The contractor will provide preventive maintenance and repair of seven steam sterilizers. During the contract period, the contractor shall furnish comprehensive preventive maintenance and repair on each sterilizer. The contractor will ensure the equipment is operational and safe and performing to original equipment settings and specifications. Additionally, only authorized, factory trained personnel with proper certifications from Steris will be considered. 1.2. PERSONNEL. 1.2.1. POINT OF CONTACT. The Government requires a central point of contact that will accept service, and maintenance calls. The Government requires that this designee be submitted in writing. The Government would appreciate the supply of an alternate contact. The Governmetn requires a spevcific list of times when the alternate shall be the primary point of contact. 1.2.2. AVAILABILITY. The Government requires the Contractor to be available via telephone for troubleshooting assistance. The authorized repair period for the Contractor?s employee to provide on-site service will be during normal duty hours (normal hours being 07:00-16:00 hrs), so that there is no disruption of patient care, with no overtime charges. 1.2.3. PERSONNEL REQUIREMENTS. 1.2.3.1. CERTIFICATION REQUIREMENTS. Contractor and employees that perform preventative maintenance shall be factory trained, technically qualified, and authorized service personnel, because otherwise the performance of the machines will be compromised. 1.3. RECORDS. The Government requires the following record keeping: Upon completion of preventative maintenance the Government needs documentation of the work accomplished and note any discrepancies to a Biomedical Equipment Repair Technician (BMET). 1.4. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The government will provide an adequate work environment to include proper heat, light, ventilation, and electrical outlets. The government will provide any part or parts needed to repair the equipment. The government will also provide escort to off limit areas (Cadet Dental Clinic) when necessary. 1.5. CONTRACTOR FURNISHED ITEMS AND SERVICES. Except for those items or services stated in section 1.4 to be Government furnished, the Contractor shall furnish everything required to perform this statement of work in accordance with all of it?s terms. 1.6. SPECIFIC TASKS. The Contractor shall provide quarterly preventive maintenance. The government will require the Contractor to inform the BMET prior to performing any repairs that would obligate the government in any monetary manner. LOCATION OF PERFORMANCE: Colorado Springs, CO; (1) USAF Academy Hospital: Central Processing and Distribution; (2) USAF Academy Cadet Dental Clinic: DIPC 1.6.1. SPECIFIC PROCEDURES FOR WHICH THE CONTRACTOR SHALL BE RESPONSIBLE. 1.6.1.1. Perform operational checks of all systems and correct any deficiencies noted. 1.6.1.2. Verify that system?s calibrations are within manufacturers specifications. 1.6.1.3. Clean and lubricate mechanical parts in accordance with applicable manufacturer?s service manual. 1.6.1.4. Perform an electrical checkout of the instrument and all accessories included in the contract, make electrical adjustments, as required, to insure compliance with manufacturers specifications. 1.6.1.5. Notify BMET of excessively worn or defective parts: excessively worn parts are those parts that if not replaced immediately may fail prior to the next scheduled visit. 1.6.1.6. Visually inspect exterior of all systems for damage and cleanliness, report any damage to the BMET and cleanliness issues to the NCOIC (supervisor) of the section. 1.6.1.7. Make any mechanical adjustments as necessary to ensure proper operation. 1.6.1.8. The Contractor shall be responsible for cleanup of any and all areas where maintenance has been performed. 1.6.1.9 Funds are not currently available for this requirement. The North American Industrial Classification System (NAICS) code is 334510, business size standard is 500 employees. The sole source contractor is Steris Corporation, 5960 Heisley Road, Mentor, OH 44060. The Government intends to award a firm-fixed price contract to Steris Corporation for the period of 17 February 2003 to 16 February 2004. However, any contractors who believe that they have the capability to meet the listed qualifications may submit, for consideration by the Government, a statement of capability. Please note that any cost/expense for proposals submitted is at the expense of the contractor, and at NO COST TO THE GOVERNMENT. Comments are due by 10 A.M. (MST) on 15 February 2003, with four option years. If no comments are received by the closing date, a purchase order will be issued to the above named sole source when funds are available. Address any questions to Sheila R. Garrett, Contracting Specialist, at (719) 333-8265 or you may also email any questions to sheila.garrett@usafa.af.mil.
- Place of Performance
- Address: COLORADO SPRINGS, CO - ONLY
- Zip Code: 80840
- Country: USA
- Zip Code: 80840
- Record
- SN00257272-W 20030213/030211213542 (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 |