Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 4,1998 PSA#2151

Veteran's Affairs Medical Center, Contracting Officer (90C), Acquisition & Material Management Service, One Veterans Plaza, San Juan, PR 00927-5800

J -- PM BLOOD GAS ANALYZER SOL RFP672-179-99 DUE 081098 POC (POC) Rey F. Clemente (787) 766-5389 Fax (787) 766-6035 This is a combined synopsis/solicitation for Commercial Items prepared in accordance with the format Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. I. The solicitation number is RFP672-179-99. II. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-03. III. This procurement is a 100% Small Business Set-Aside. The standard industrial classification code is 7629 and the small business size standard is $5.0M. IV. The contract shall be for a base year and four (4) option periods. Provide a Service Contract for the Preventive Maintenance and repairs of the following equipment: 001. BASE YEAR (10/01/98 to 09/30/99) BLOOD GAS ANALYZER, MODEL 278 Qty. 1 EA. SN. 5371, located at VA Medical Center, (VAMC), Laboratory RM# A-116, San Juan, PR. Preventive maintenance Qty. _____ per year, at the unit price $_______, annual cost $________. 002. BASE YEAR (10/01/98 to 09/30/99) BLOOD GAS ANALYZER, MODEL 278 Qty. 1 EA. SN. 5372, located at VAMC, Laboratory RM# A-116, San Juan, PR. Preventive maintenance Qty. _____ per year, at the unit price $_______, annual cost $________. 003. BASE YEAR (10/01/98 to 09/30/99) BLOOD GAS ANALYZER, MODEL 288, SN. 475488 located at VAMC, Laboratory RM# A-116, San Juan, PR. Preventive maintenance Qty. _____ per year, at the unit price $_______, annual cost $________. 004. BASE YEAR (10/01/98 to 09/30/99) BLOOD GAS ANALYZER, MODEL 280, SN. 1418 located at VAMC, Research RM# A-23, San Juan, PR. 005. BASE YEAR (10/01/98 to 09/30/99) BLOOD GAS ANALYZER, MODEL 280, SN. 01201 located at VAMC, Pulmonary RM# A-179, San Juan, PR. Preventive maintenance Qty. _____ per year, at the unit price $_______, annual cost $________. The preventive maintenance to be schedule as requested by the Contracting Officer Technical Representative (C.O.T.R.) Note: Offeror shall submitpricing for base year and option years for each line item on a separate sheet. OPTION I (10/01/99 to 09/30/00). OPTION II (10/01/00 to 09/30/01). OPITON III (10/01/01 to 09/30/02). OPTION IV (10/01/02 to 09/30/03). Provide a Service Contract to furnish all necessary inspections, preventive maintenance, and repairs according to manufacturer's maintenance service manual instruction and procedures. Response Time: Contractor shall respond to the service call within two (2) hours after notification. Contractor shall physically report on site (VAMC) within two (2) hours from the initial notification time if the problem can not be corrected by phone. Service Calls: Contractor shall respond to unlimited calls during normal working hours 8:00 am 5:00 p.m. Contractor shall report directly to the C.O. T. R. or his/her designee, this check in/out is mandatory. Contractor shall provide a 24 hour emergency number. Labor and Parts: Contractor shall supply all labor and parts, test instruments and tools required to perform all repair and maintenance work. Contractor shall have the service manuals available to perform each maintenance or repair. Contractor shall submit a listing of parts that are not covered in this type of contract with their offer. The Contracting Officer approval is required to install any part(s) that are not covered in this contract. Any part(s) or materiel damaged by the Service Technician due to maintenance work shall be replaced or repair at not additional cost to the Government. Contractor shall provide and bear the cost of labor for maintaining the specified equipment in good operating condition when such is required because of normal wear and tear. Service Reports: The Service Technician shall submit a legible service report to the C.O.T.R or his/her designee at the conclusion of each service performance. The documentation shall include a detailed description(s) of the scheduled and unscheduled maintenance procedure performed, including replaced part(s) required to maintain the equipment in accordancewith conformance standards, equipment serial number, VA property tag number, VA purchase order number and C.O.T.R. acceptance signature of service performed. Condition of equipment: The contractor shall accept responsibility for the equipment in as it conditions. Failure to inspect the described equipment prior to start this contract will not relieve the Contractor from performance of these requirements. Offerors shall have and submit with their offer all applicable licenses and permits required by the Federal Government, and Commonwealth of Puerto Rico. Evaluation of options shall not obligate the Government to exercise the option(s). Provision 52.212-1, Instructions to Offerors -- Commercial Items, is applicable. Clause 52.212-2, Evaluation -- Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: I. Technical capability to meet the Government requirement. II. Past performance. III Price. Technical capability and past performance are significantly more important than cost or price in accordance with FAR 15.304. Offerors shall submit their past performance references with federal agencies and private sector, including contact person name and telephone number. Offeror must submit the names of all Service Technicians including their experience and approved training to work on the equipment identified in line item 001. Identification, Parking, Smoking, and VA Regulations: The Contractor shall wear visible identification at all the times while is in the premises of VAMC. The Contractor shall park in the designated area(s). Smoking is prohibited inside of any buildings of this VAMC. Possession of weapons is prohibited. Safety Requirements: The Contractor shall follow all safety precautions as the Contracting Officer or his/her designee determines to be reasonable to protect the lives and health of occupants of this VAMC. The Contracting Officer will notify the Contractor of any non-compliance with the foregoing provisions and the action to be taken. The Contractor shall after receipt of such notice, immediately correct the condition to which attention has been directed. If Contractor fails or refuses to comply promptly, the Contracting Officer may issue and order to stop all or any part of the work and hold the Contractor in default as provided in FAR 52.212-4 Contract Terms and Conditions-Commercial Items (APR 1998). Offerors shall submit their bank references. Offeror must submit a completed copy of provision 52.212-3, Offeror Representations, and Certifications -- Commercial Items, with its proposal and clause 52.222-48, Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment-Contractor Certification. Clause 52.212-4,Contract Terms and Conditions -- Commercial Items is applicable to this acquisition. Clause 52.212-5, Contract Terms and Conditions, Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. In addition Clause 52.217-5, Evaluation of Options, 52.217-8, Option to Extend Services, 52.217-9, Option to Extend the Term of the Contract, and 52.228-5, Insurance -- Work on a Government Installation, applies to this acquisition, 52.246-20, Warranty of Services. A Firm Fixed Price Contract will be awarded. Proposals shall be requested in writing and submitted it to the address herein not later than 3:30 p.m. local time on Monday, August 10, 1998 or faxed to 787-766-6035 and directed to attention of Rey F. Clemente (90C). The Government will not be held responsible for quality of fax transmittals. The solicitation number RFP672-179-99 shall be listed on the outside of your response for identification. Posted 07/31/98 (W-SN231336). (0212)

Loren Data Corp. http://www.ld.com (SYN# 0066 19980804\J-0010.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page