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