Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 23,1998 PSA#2186

Operational Contracting Office, 8110 Industrial Dr., Suite 200, USAF Academy, CO 80840-2315

D -- DOMINATOR FILMLESS RADIOLOGY SYSTEM SOL F0561199Q0020 DUE 092998 POC Contract, Mr. Robin Cramer (719) 333-3988/Contract Office, or Mr. Bruce Taylor (719) 333-2869 E-MAIL: ">US Air FOrce Academy COntracting Office, <CramerRE.LG.USAFA@usafa.af.mil>. Paragraph references below are per FAR 12.603 (2) (c) (2) : (i) 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; Proposals are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quotation (RFQ): Solicitation number is F0561198Q0020. (iii) This solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition circular 97-1. (iv) The Standard Industrial Classification number is 7372 and the business size standard is $18M. This procurement is not being issued as a small Business Set-Aside. Women Owned businesses are encouraged to submit proposals. (v-vii) CLIN 0001: The service required below consists of a sole source acquisition for preventive and corrective maintenance, and hardware/software support for the proprietary Dominator Filmless Radiology System. This includes all CPUs, monitors, memory, and printers. The service will be used by the Air Force Academy Hospital located at the Air Force Academy in Colorado Springs, Colorado. FOB is Destination. The attached Statement of Work applies. Performance period will be 1 October 1998 through 30 September 1999. The following FAR provisions and clauses apply to this RFQ and are hereby incorporated by reference. (viii) Provision 525.212-I Instruction to offerors -- Commercial Items -- Vendors are STRONGLY encouraged to use the Standard Form 1449 as the first page of their offer/quote/bid and completely provide the requested data for all blocks. If you chose NOT to use the Standard Form 1449, you are cautioned to complete and provide with your written offer/quote/bid all the data requested by FAR 52.212-1. Failure to do so may render your offer/quote/bid as non-responsive and may eliminate you from consideration for award. (ix) N/A (x) Offers shall include a complete copy of the provision at 52.2123-3, Offerors Representative and Certification-Commercial Items with its offer. (xi) The clause at 52.212-4, "Contract Terms and Conditions" -Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items", applies to this acquisition. Additional FAR Clauses cited in the clause applicable to this acquisition are: (b)6,7,8,9, 10, 14, 16, and (C) 1,2. DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial items, Nov. 1995 applies to this acquisition with the inclusion of the following DFARS 252.247-7024; (xiii)-All information technology (IT) items must be year 2000 compliant . Non-compliant items must be upgraded at no additional cost and be Y2K compliant by delivery date the earliest date when compliance required to process Y2 date, but not later than Dec. 31, 1999. Y2K compliant means IT accurately processes date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into and between the twentieth AD twenty-first centuries, and the years 1999 and 2000 and leap year calculation. Y2K compliant IT when used in conjunction with or exchanging data with other IT, shall accurately process date/IT information. Notice of Intent This acquisition is approved for a sole source acquisition action as Authorized by AFFAR Supp. 5313.106 under Simplified Acquisition Procedures. No Request for Quote (RFQ) package will be issued. However all interested sources may identify their product or service by submitting pricing data, an accurate description of the product offered and make and model numbers of the product. Only responses containing this data will be considered for the purpose of determining whether to conduct a competitive procurement. Award will not be made on the responses received to this synopsis. If no favorable responses are received by close of business on the anticipated award date, a purchase order will be negotiated DR Systems, 6042 Cornerstone Court West, Suite W, San Diego, CA, 92121. (xv) N/A (xvi) Offers must be received at the address above NLT 3:00 P.M. Mountain Daylight Time 30 Sep. 1998, at Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840. (xvii) The point of contact for all information regarding this acquisition is Mr Robin Cramer at 719-333-3988. 10 April 1998 STATEMENT OF WORK FOR DR SYSTEMS INC./DOMINATOR FILMLESS RADIOLOGY SYSTEM 1. During the contract period, the contractor shall furnish maintenance service support that will include, as a minimum, preventive and corrective maintenance service for the dominator filmless radiology system to include computer CPUs, monitors, CD ROM jukebox, CD ROM memory writer, and the Harris paper printer. The contractor will ensure the equipment meets all the manufactures safety and quality guidelines. The contractor will provide all hardware and software support including new software releases within the same version, software updates and patches; and telephone support services including dial-in support and email/facsimile support. 2. The contractor and employees shall comply with USAF Academy security laws, regulations, and directives while on the installation. 3. The contractor and all employees shall be English speaking, factory trained, technically qualified and authorized service personnel. Contractor personnel shall present a neat appearance and be easily recognized. This may be accomplished by wearing appropriate badges which identify company and employee. 4. The contractor should provide a contract manager who shall be responsible for the performance of the work. The contractor should provide in writing the names of the contract manager and his/her alternate to the contracting office. 5. The contractor should report in and out through Medical Equipment Repair Section only. 6. The contractor should provide all personnel, equipment, tools, parts, technical literature, and transportation to maintain the equipment for the period of the contract. The contractor shall verify that all equipment specified under this contract is operating within the manufactures specifications for accuracy and safety. 7. The contractor shall be responsible for cleanup of any and all areas where maintenance has been performed. 8. Authorized repair hours will be from 0600-1800 hours Pacific time, Monday through Friday excluding government holidays. The contractor will not work past the designated hours without approval from medical equipment repair. Radiology personnel will indicate any need for urgent repairs outside normal repair hours to medical equipment repair. 9. The contractor will respond by telephone within one hour for maintenance assistance. The contractor and the Academy representative will determine the urgency of the problem. Contractor shall provide telephone consultation and computer modem access to address problems from off-sight. a. Calls with an emergency priority are placed in the event of a failure that prevents utilization of a major part of the system or total loss of service. The contractor will respond to the USAF Academy within 24 hours of notification of problem. b. Routine calls are placed when there are problems that reduce the quality of the system but does not prevent the utilization of the equipment. The contractor will respond to the USAF Academy within 36 hours of notification. 10. Any item or part for preventive and corrective maintenance shall be made available within 24 hours of finding maintenance problem. The contractor will be responsible for any and all shipping costs. 11. All parts removed or replaced from the equipment shall become the property of the contractor. 12. All parts provided by the contractor shall be new or of equal quality and shall incorporate the latest revision/modification levels. 13. Once a problem is diagnosed and the parts are available and the repair is underway, the contractor should stay on site until job is finished. Working after contract hours will be approved by Medical Equipment Repair. 14. The contractor will be responsible for keeping accurate logs of maintenance problems and repairs at the equipment location. In addition, the contractor will provide Medical Equipment Repair a copy of all corrective and/or preventive maintenance. 15. The contractor shall provide preventive maintenance on all equipment that meets manufactures specifications. 16. Preventive maintenance times will be coordinated and approved by the NCOIC of Cross Sectional Imaging. Time will be convenient to both contractor and the USAF Academy. 17. Routine problems found during preventive maintenance will be scheduled for repair as soon as possible, depending on the severity of problem and the availability to down-schedule the equipment from patient care activities. 18. During the contract period, all system software upgrades to include proprietary software will be included and whenever possible installed during preventive maintenance visits. 19. The contractor will provide training for any software upgrades that changes machine operation. 20. The government shall provide an adequate work environment to include proper heat, light, ventilation, and electrical outlets for contractor personnel. 21. The government will provide funding for maintenance required as a direct result of misuse or damage by government representatives. 22. Year 200 (Y2K) Compliance: All Information Technology (IT) items must be Year 200 (Y2K) compliant. Noncompliant items must be upgraded at no additional cost and be Y2k compliant by June 31, 1998 but not later than 31 Dec 1998. Y2K compliant means IT accurately processes date/time data (including, but not limited to, calculating, comparing, and sequencing) from, into, and between the 20th and 21sst centuries, and the years 1999 and 2000 and leap year calculations. Y2K compliant IT, when used in conjunction with or exchanging data with other IT, shall accurately process date/time information. Posted 09/21/98 (W-SN252322). (0264)

Loren Data Corp. http://www.ld.com (SYN# 0012 19980923\D-0006.SOL)


D - Automatic Data Processing and Telecommunication Services Index Page