|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 4,1997 PSA#1985Dept. of Veterans Affairs Medical Center, 10000 Brecksville Road,
Brecksville, OH 44141 J -- MAINTENANCE OF 29 RAULAND NURSE CALLS SYSTEMS AND ONE ECKTACOM
NURSE CALL SYS SOL RFQ 541-85-98 DUE 121797 POC Danny O. Freeman,
Contracting Officer, (440) 838-6091 This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; quotations are being requested and a written
solicitation will not be issued. Solicitation 541-85-98 is issued as a
Request For Quotation (RFQ). The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 90-46 F.R. (#58). This is a competitive
procurement under the Standard Industrial Classification (SIC) Code
7699 and Small Business Size Standard of $5.0 Million per annum. The
Cleveland VA Medical Center intends to contract for Preventive
Maintenance Inspections and Intervening Repair Service for Twenty-Nine
(29) Rauland Nurse Call Systems, consisting of a Master Control, Model
NCS 2000; Double Wall Stations, Model BS-220; Single Wall Stations,
Model BS-130; and Hand Controls, Model ES-11997; and one (1) Ecktacom
Nurse Call System (approximately 30 years old), for the period of
January 1, 1998 through September 30, 1998, with four (4) one-year
pre-priced option year renewals. Services shall be performed at the VA
Medical Center, 10701 East Blvd., Cleveland, Ohio 44106. Contractor
shall provide all labor, materials, transportation, lodging and
supervision necessary to provide a thorough preventive maintenance
inspection (PMI), of each system upon award of a contract and annually
thereafter. Contractor shall provide pricing for the Base year, plus
four (4) pre-priced option year renewals. Contractor shall perform
services in accordance with the following requirements: Contractor
shall provide annual preventive maintenance inspections (PMI's), to be
performed in accordance with the schedule of PMI's. These inspections
are to be scheduled at least three (3) days in advance with the
Contracting Officer's Technical Representative (COTR). PMI's shall be
performed in accordance with manufacturer's instructions and shall
include -- (a) visual inspection; (b) calibration checks; (c) cleaning
and lubrication; (d) electrical checks; and (e) performance checks.
All PMI's shall be performed during normal working hours, between the
hours of 8:00 a.m. and 4:30 p.m., Monday through Friday, excluding
Federal Holidays. Contractor shall be required to perform six (6)
emergency repairs per month, seven (7) days per week, between the hours
of 8:00 a.m. through 10:00 p.m., including weekends and federal
holidays. Any calls in excess of the six (6) per month shall be billed
at the normal emergency/regular service rates. Contractor shall
respond to service calls and be on-site at the Cleveland VAMC within
two (2) hour of notification from the Contracting Officer's Technical
Representative (COTR) and proceed progressively to complete services
without undue delay. All work shall be performed by competent personnel
who are experienced and qualified to work on the specific equipment.
All work shall be accomplished in accordance with manufacturer's
instructions including, but not limited to, adjustments, calibrations,
cleaning, lubrication, testing, disassembly, check-out, replacement of
worn or defective parts, etc., required to keep the equipment in
first-class operating condition. For repairs performed during normal
working hours, the contractor's repairman shall report to the Electric
Shop, Room D-26 (Basement) (telephone extension 3033), to log-in prior
to starting job. After all work is complete, contractor's repairman
shall obtain initials of equipment operator, and shall again report to
the Electric Shop, Room D-26, and submit to the COTR, a legible report
of services rendered. At a minimum the report shall contain a detailed
description of all services or repairs performed for each item of
equipment, a listing of replacement parts, and contractor's
recommendations necessary to maintain the equipment in manufacturer's
specified operating condition. For services performed after normal
working hours, contractor's repairman shall perform the same procedures
as above, except the contractor's repairman shall report to the Boiler
Plant to log-in/out and upon arrival at the Boiler Plant, contractor's
repairman shall sign-out a walkie talkie for emergency communication
purposes. For failure to respond to intervening service calls within
two (2) hours of notification by the COTR, a deduction of 1/30th of the
monthly rate shall be taken for each day a machine is inoperable.
Furthermore, failure to perform any of the services as set forth in
this contract shall be considered grounds for invoking provisions of
default. Notice: the Cleveland VAMC has accumulated replacement parts
for the Rauland Nurse Call System, only, which shall be used by the
contractor's repairman to perform repairs to the Rauland System.
Replacement parts accumulated by the VA is anticipated to be available
only during the initial contract period. Thereafter, the contractor
shall be required to provide all replacement parts. Parts in excess of
$250.00 must be approved by the COTR prior to purchase by the
contractor. Only new or reconditioned parts may be used by the
contractor. The VA Medical Center, Cleveland will not furnish test
equipment for the performance of this contract. It is the
responsibility of the contractor to bring the appropriate equipment
;and/or supplies necessary to complete the work as required herein.
Contractor shall provide the name. Location, telephone and fax number
of the place where service calls are to be made. Contractor shall
provide the company name, address, contact person and telephone number
of the location for which payments are to be made. Contractor shall
forward invoices to the following -- Chief, Fiscal Service 04, VA
Medical Center, 10000 Brecksville Road, Brecksville, OH 44141. The
provisions at FAR 52.212-1, Instructions to Offerors-Commercial items
applies to this acquisition with the following changes, items (e) and
(h) of the standard clause are deleted. Offerors shall include a
completed copy of the provision at FAR 52.212-3, OfferorRepresentations
and Certifications-Commercial items, with their offer. The clause at
FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies
to this acquisition. The clause at 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items, applies to this acquisition which shall
include the following clauses: 52.203-6, 52.203-10, 52.219-8,
52.219-14, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.225-3.
The following standard FAR and VAAR clauses are incorporated and apply
to this acquisition: 52.215-17, 52.217-8, 52.217-9 (which provides
that the Government may extend the term of the contract within 60
calendar days, provided that the Government shall provide a preliminary
notice of intent at least 60 calendar prior to the expiration date; and
services under this contract shall not exceed five (5) years),
52.232-18, 52.232-19 (which provides that funds are not authorized past
September 30 of any fiscal year, unless written authorization is
received from the Contracting Officer), VAAR 852.219-70 and 852.270-1.
Warranty of said product shall be in accordance with standard industry
practice in effect at time of award. Interested offerors may submit
their proposals along with a completed copy of the provision at
52.212-3 Offeror Representations and Certifications-Commercial Items,
on or before 4:30 p.m., December 17, 1997. Quotations may be provided
to the Contracting Officer at the address above or Fax a (440)
838-6052. (0336) Loren Data Corp. http://www.ld.com (SYN# 0042 19971204\J-0005.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|