Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 4,1997 PSA#1985

Dept. 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