Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 3,1997 PSA#1922

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

J -- ON-SITE, FULL SERVICE MAINTENANCE/REPAIR FOR MEDICAL EQUIPMENT, GAMMA CAMERA, (SIEMENS) SOL N00244-97-Q-9606 DUE 091297 POC Bid Officer, 619-532-2690/2692, fax: 619-532-1088/1089, Contracting Officer, 619-532-2568, fax: 619-532-2347 WEB: ., http://www.sd.fisc.navy.mil. E-MAIL: Click here to contact the Contracting Officer via e-mail, ralph_a._franchi@fmso.navy.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with format in Subparts 12.6 and 13.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation to be issued, proposals are being requested from this announcement, a written solicitation will not be issued. The Request for Quote number is N00244-97- Q-9606. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 46. This solicitation is issued on an restricted basis, utilizing Standard Industrialization Classification Code of 7352. FISC San Diego has a requirement for the following: On-site, full service, maintenance and repair contract for medical equipment. The type of equipment is a Siemens Corp., Gamma Camera, model Diacam, serial no. 02778. Service location is the BioMedical Repair Division, Naval Hospital, Camp Pendleton, CA 92055. This contract is required for the period of October 1, 1997 to September 30, 1998 (Base year) and three, one year option periods. The specifications are as follows: Contract is to include all necessary labor and travel time for the calibration, adjustment, repair, testing, and maintenance of the government owned equipment. Contractor is to agree that all services will be performed by trained technicians qualified to work on this type of equipment. Contractor will be required to perform (4) preventative and remedial maintenance inspections in accordance with the manufacturer's guidelines. These inspections are to be performed quarterly, in December 1997, March 98, June 98 and September 98. Contractor shall furnish and install all required parts excluding consumables. Parts are to be considered new and must meet all applicable OEM specifications. Contractor will perform all necessary calibration, adjustments and operational checks to ensure equipment meets all OEM specifications for operation. There shall be unlimited emergency service calls during normal working hours, 08:00 am to 5:00 pm, Monday through Friday, holidays excluded. Response time is to be within (24) hours of receipt of request for maintenance. The contractor shall make engineering changes or upgrades to the equipment as required by the manufacturer or regulatory agencies for operator/patient safety and for increased equipment reliability at no additional cost to the government. Contractor shall provide all software upgrades at no additional cost to the government. Prior to any service being performed, the contractor's representative will report to the BioMedical Repair Division, Room G061, Bldg, H-100, Naval Hospital, Camp Pendleton, CA. A copy of the completed service report will be furnished to BioMedical Repair. The service report will include, but is not limited to the following information: Model and serial number, Preventative Maintenance Control Number, Labor hours expended, List of parts used and cost, Brief summary of repairs, inspections or maintenance performed, Printed name and signature of Technician performing repairs etc., Printed name and signature of designated department authority. If repairs require longer than (72) hours, the contractor must ensure that a replacement camera will be furnished at no additional cost to the government. Contractor is to agree to a 95% uptime guarantee. Replacement parts are to be considered new and must be OEM parts or direct equals that meet all OEM specifications. No equipment is to be removed from the Naval Hospital, without written approval from the Head of the BioMedical Repair Division. Also submit the following information: current pricing, payment terms, cage code, Duns/Bradstreet number, and Taxpayers ID#. Inspection and Acceptance will be at Destination. THE FOLLOWING PROVISIONS ARE APPLIACBE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND WILL BE PROVIDED BY THE CONTRACTING OFFICER IN FULL TEXT UPON REQUEST. NOTE: IF YOU DO NOT HAVE ACCESS TO THESE PROVISIONS CONTACT THE BID OFFICER. FAR 52.212-1, Instructions to Offerors Commercial Items, FAR 52.212-2, Evaluation-Commercial Items, Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and certifications Commercial Items, FAR 52.212-4, Contract terms and Conditions Commercial Items, FAR FAR 52.219-6, Notice of Small Business Set-Aside, The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; The government intends to make a single award of a Firm FixedPrice contract to the responsible offeror whose bid provides the best technical and cost value to the government. Price quotations, must provide a total monthly cost estimate for the combined service requirement. Offers from responsible contractors may be FAXED to: Fleet and Industrial Supply Center, Attn: Contracting Officer, code 2611, San Diego, CA 92132-0212. Requests for information and/or provisions/clauses can be faxed to the Bid Officer, 619-532-2690/2692, fax: 1088/1089 or Contracting Officer 619-532-2568, fax: 2347. Quotes must be received no later than 3:00 p.m. (PST) 9/12/97. Inquiries may also be addressed via e-mail to the Contracting Officer at: ralph_a._franchi@fmso.navy.mil Do not mail in your quotations. Reference Solicitation number: N00244-97-Q-A749 on all requests for information. This solicitation is being issued as unrestricted. Offers from large businesses will be accepted. (0240)

Loren Data Corp. http://www.ld.com (SYN# 0055 19970903\J-0011.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page