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