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