|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 21,1996 PSA#1704Department of Veterans Affairs Medical Center, 50 Irving Street, N.W.,
Washington, DC 20422 J -- P/M SIEMENS SCINTILLATION CAMERA SYSTEM SOL IFB 688-26-97 DUE
110696 POC Tyrone Lassiter, Contracting Officer, (202) 745-8467
Invitation for Bids No. 688-26-97 is a combined synopsis/solicitation
for commercial items for the Veterans Affairs Medical Center (VAMC) in
Washington, DC, prepared in accordance with the format in FAR Subpart
12.6, as supplemented with additional information in this notice (SIC
7699). This announcement constitutes the only solicitation; bids are
being requested and a written solicitation will NOT be issued.
Contractor shall furnish all labor, equipment, tools, parts and
materials (excluding glassware - radiographic emission/image
intensifier tubes) required for inspection, on-call repair service, and
Preventive Maintenance (PM) of equipment listed located at the VAMC, 50
Irving Street, NW, Washington, DC. The contract period will be from the
date of award through September 30, 1997, subject to the availability
of funds. Contract may be amended for two (2) one year options in
accordance with the clause at 52.217-9, Option to Extend the Term of
the Contract. Schedule of Equipment located in Room GD207-1: Siemens
ZLC-7500 W/DI Scintillation Camera System Model: Orbiter 6603, S/N:
97214, Entry #: 14057, and the following associated parts: Micro Dot
Imager, Model 9781, S/N 1516; WAM, Model 8882, S/N 01210; Magnifier
Rotator, Model 5136; Video Interface, Model 1721; WBA/Iris, Model 5805,
S/N 01216; ECG Amplifier, Model 9278, S/N 03399; and Microdelta F-140+
W/NAB, Model 3306, S/N 1022 Bidders shall submit a price for a Base
Year of (12 mos.), Option Year I (12 mos.) & Option Year II (12 mos.).
Normal hours of coverage for this contract are Monday through Friday
8:00 a.m. to 4:30 p.m., excluding federal holidays. All service/repairs
shall be performed during normal hours of coverage with prior approval
of the COTR. At the request of the Contractor's Field Service Engineer
(FSE), the COTR may approve service outside normal hours of coverage at
no extra cost to VA. The FSE shall perform PMs in accordance with
manufacturer specifications. PMs include but shall not be limited to
cleaning equipment; reviewing operating system software diagnostics to
ensure that the system is operating in accordance with manufacturer's
specifications; calibrating and lubricating the equipment; performing
remedial maintenance/repairs of non-emergent nature; testing and
replacing faulty and worn parts and/or parts likely to become faulty,
fail, or become worn (does not include glassware); inspecting all high
voltage cables and bushings, replacement of dielectric; measuring and
adjusting and calibrating as necessary for optimal image quality,
inspecting and replacing, when necessary, electrical wiring and cables
for wear and fraying; all mechanical components including but not
limited to: X-ray tube mounting hardware, electron tubes and cathode
ray tubes, patient restraints and support devices, cables and mounting
hardware, chains, belts, bearings and tracks, interlocks, clutches,
motors, keyboards, and patient couches for mechanical integrity,
safety, and performance; measuring, adjusting, and calibrating for
optimal image quality (applicable for imaging equipment); providing
documentation of services performed, including photographs, radiation
dosage measurements, and all applicable x-ray film exposures, of all
measurements and calibration to ensure that the system is performing in
accordance with the CDRH regulations, Title 21, Chapter I, Subchapter
J, Radiological Health, Part 1020, Performance Standards for Ionizing
Radiation Emitting Products, Sections 30 & 33 as applicable, based upon
the date of system manufacture or remanufacture (as applicable); and
inspecting and calibrating the hard copy image device (as applicable).
Preventive maintenance shall be performed annually in the month of
November. The day of the PM service must be scheduled by the FSE and
the COTR at least a week in advance. All exceptions to the preventive
maintenance schedule shall be arranged and approved in advance with the
COTR. The Contractor shall provide unscheduled maintenance and repair
services as necessary to ensure the equipment remains in good operating
condition. Repair service shall be achieved by returning failed
components of a system to full operational capacity. These repair
services may consist of calibrating, cleaning, oiling, adjusting,
replacing parts broken or worn beyond useful life (excluding
glassware), and maintaining the equipment, including all intervening
calls necessary between regular services and calibrations. Repair shall
be carried out with the objective of minimizing downtime. Service calls
to the Contractor are only authorized when they are received from the
Contracting Officer, COTR or authorized designee. Contractor's FSE must
respond with a phone call to the COTR within (1) hour after receipt of
telephoned notification. If the problem can not be corrected by phone,
the FSE shall commence work (on-site physical response) within (4)
hours after receipt of notification and shall proceed progressively to
completion without undue delay. For example, if hours of coverage are
8:00 a.m. to 4:30 p.m., M-F, a (2) hour response means, if a call is
placed at 4:15 p.m., Monday, May 10th, the FSE must start on-site
service before 9:45 a.m., Tuesday, May 11th, except when service
outside hours of coverage is authorized by the COTR. All equipment
listed in the schedule of equipment shall be operable and available for
use 95% of the normal hours of coverage. Downtime shall be computed
based on hours of coverage, beginning when the request for service is
initiated and ending when the equipment is returned to full operational
condition and accepted by the using service. Scheduled service shall be
excluded from downtime. Downtime shall be computed monthly. Penalties
shall be assessed by deducting monies for failure to maintain the
guaranteed uptime at 95%. Penalties will be computed quarterly based
upon meeting the uptime percentage. The Contractor shall furnish and
replace all equipment replacement parts (excluding glassware). These
parts are included in the price of this contract. The Contractor shall
have ready access new standard parts (manufactured by the maker of the
equipment or equal thereto) including unique and high morality
replacement parts. Rebuilt parts, used parts, or those removed from the
same model of equipment shall not be installed. All parts supplied by
the Contractor shall be of current manufacture and have complete
versatility with the presently installed equipment. All modifications,
upgrades, updates, or enhancements, must be scheduled in advance with
the COTR. The COTR must receive notice at least 1 week in advance
before any equipment updates, upgrades or enhancements are begun along
with justification (if Vendor-suggested modification), estimated costs
(if applicable), probable effect on equipment operation, and needs for
new or additional in service training. Approval of the COTR and a VAMC
equipment pass must be obtained before removing equipment, with no
additional costs to the government. The Contractor will be responsible
for loss or damage of equipment. The VAMC shall not provide service
manuals or service diagnostic software to the Contractor. Within 30
days after award, the Contractor shall provide the COTR with a copy of
the preventive maintenance procedures to be used, provide a copy of
the current calibration/certification of all test equipment to be used
by the Contractor on the equipment, and shall inspect/ reject any
equipment deemed to be in poor operating condition. Failure to reject
such equipment shall constitute acceptance. Upon rejection, the CO
shall be notified in writing as to the specific item(s) of equipment
deemed to be in poor operating condition. Test equipment calibration
shall be traceable to a national standard and shall be periodically
checked for compliance. MANDATORY CHECK-IN PROCEDURES The Contractor's
FSE shall be required to report to the COTR in Room GC105-1 at the
VAMC, were a contractor's ID badge shall be issued and worn at all
times while on VA property (and surrendered upon completion of the
job), the FSE shall log in (name, name of Contractor, current date,
time in, location of service/equipment, and time out. The FSE shall
document services rendered on a properly completed Service
Report/Ticket (SR). The FSE shall be required to log out with
Biomedical Engineering and submit the SR to the COTR. All SRs shall be
submitted to the equipment user for an ''acceptance signature'' and to
the COTR for an ''authorization signature''. If the COTR is
unavailable, a signed, authorized copy of the SR will be sent to the
Contractor after the work is reviewed. When the job cannot be completed
by 4:30 p.m. during normal working hours, a status of progress, in the
form of an SR and verbal description, must be provided to the COTR
before 4:00 p.m. There shall be no additional charge for time spent at
the site awaiting the arrival of additional FSE and/or delivery of
parts. Outside normal working hours when the COTR is unavailable, FSEs
shall be required to log in and out with VA Police Service in the
lobby or room 1A114 and receive proper ID badges. SR's for these
services, both completed or in progress, will need an ''acceptance
signature,'' and should be dropped off at a point agreed upon with the
COTR. SR's shall include detailed descriptions of scheduled
maintenance and emergency repairs, including replaced parts and prices
required to maintain the equipment; shall consist of a separate report
containing equipment manufacturer's name/model/serial#, name of
Contractor; name of FSE who performed services; contractor service SR
number; date, time (start/end), equipment downtime and hours on-site
for service call; VA purchase order number covering the call;
description of problem reported by COTR/user (if applicable); results
of calibration and/or performance testing; total cost to be billed if
part(s) are not covered or service rendered after normal hours of
coverage; authorization signatures; FSE performing services described;
authorization signature by COTR if available. Any additional charges
claimed by the FSE/Contractor must be approved by the COTR before the
service is completed. The Contractor shall immediately, but not later
than twenty-four (24) hours after discovery, notify the CO and the
COTR, IN WRITING of the existence or the development of any defects in,
or repairs required to the schedule of equipment which the Contractor
considers not to be responsible for under the terms of the contract.
The Contractor shall furnish the CO and COTR with a written estimate of
the cost to make necessary repairs. Invoices will be paid in arrears on
a quarterly basis. The Contractor shall mail the invoices to the
attention of Fiscal Service. Invoices, MUST INCLUDE, at a minimum, the
following information: Contractor name, purchase order number, period
of service the billing covers, list of equipment items and their
serial numbers covered during the stated period of service. Each
invoice must be accompanied by legible copies of all SRs in order to
expedite verification for payment. The Contractor shall provide written
assurance of the competency of their personnel and a list of
credentials of approved FSEs . The CO may authenticate the training,
request training certificates or credentials from the Contractor at any
time for any personnel servicing VAMC equipment. The CO and COTR
specifically reserves the right to reject any uncredentialed or
incompetent FSE. If subcontractor(s) are used, they must be approved by
the CO; the Contractor shall submit any proposed change in
subcontractor(s) to the CO for approval or disapproval. The Contractor
agrees to comply with the following incorporated provisions and
clauses in effect through FAC 90-42 and which are applicable to this
acquisition: 52.212-1, Instructions to Offerors --Commercial Items;
52.212-5 Contract Terms and Conditions Required to Implement Statutes
or Executive Orders--Commercial Items: 52.222-3, Convict Labor (E.O.
11755) and 52.233-3, Protest After Award; 52.203-6, Restrictions on
Subcontractor Sales to the Government, with Alternate I; 52.203-10,
Price or Fee Adjustment for Illegal or Improper Activity; 52.216-18,
Ordering, 52.216-19, Delivery-Order Limitations, 52.216-21,
Requirements, 52.217-5 Evaluation of Options; 52.219-8, Utilization of
Small Business Concerns and Small Disadvantaged Business Concerns;
52.219-9, Small, Small Disadvantaged and Women-Owned Small Business
Subcontracting Plan; 52.219-14, Limitation on Subcontracting;
52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special
Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for
Handicapped Workers; All bid prices for this procurement must be
received on company letterhead, in a SEALED ENVELOPE, no later than
3:00 p.m. EST, November 6, 1996, and shall be addressed to Tyrone
Lassiter, Contracting Officer (90C), Room 1B112, VA Medical Center, 50
Irving Street, NW, Washington, DC 20422. FAXED requests will not be
accepted. (0291) Loren Data Corp. http://www.ld.com (SYN# 0031 19961018\J-0002.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|