|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 23,1999 PSA#2415Department of Veterans Affairs Medical Center, 50 Irving Street, N.W.,
Washington, DC 20422 J -- P/M DIALYSIS TREATMENT SYSTEM SOL 688-11-00 DUE 090399 POC Joyce
Forker Invitation for Bids No. 688-11-00 is a combined synopsis/
solicitation for commercial items for the Department of Veterans
Affairs Medical Center (VAMC) in Washington, DC, is prepared in
accordance with the format in FAR Subpart 12.6, as supplemented with
additional information in this notice (SIC 7699). This announcement
constitutes the only solicitation; bids are being requested and a
written solicitation will NOT be issued. Contractor shall furnish all
labor, equipment, tools, parts, and materials (excluding glassware)
required for inspection, on-call repair service, and Preventive
Maintenance (PM) of equipment listed and located at the VAMC, 50 Irving
Street, NW, Washington, DC. The contract period will be from the date
of award through September 30, 2000, and award is subject to the
availability of funds. Contract may be amended for two (2) one year
options in accordance with the clause at 52.217-9, Option To Extend the
Term of the Contract. Schedule of Equipment -- The dialysis treatment
system is located in room 4B208 and consists of the following:
(1)ZMS24XXXT Multi Media Filter; (2)ZSS18XXXT Water Softener;
(3)ZFROL33161 Reverse Osmosis System; (4)ZFROF2005 Prefilter
Cartridges, 20" Micron; (5)ZWDJ02592 Activated Carbon; To include the
following expendables: (1) 24 -- FL 520 20"5 Mircon Filters; (2) 4 --
WA-85 Complete Dialysis Water Analysis; (AAMI); (3) 2 -- WA-70 Bacteria
Analysis; (4) 16 -- D1697 Activated Carbon Systems; (5) 2 -- SC 101
Sanitization & Cleaning Kits (6)1 -- RB101 Valve Rebuilt Kit-Softener;
(7) 1 -- RB101 Valve Rebuild Kit-Filter; (8) 5 -- CU156001 Resin-Water
Softener; (9) 1 -- CU156000 Rebed Filter. To include the following
service monthly on-site visits to perform the following: (1) review
operator log book, (2) analyze feed water to system, (3) inspect and
record service and performance, (4) verify proper operation of
mechanical & electriccal funtions, (5) perform planned maintenance to
water treatment components, (6) replace expendables according to
schedule, (7) sanitize reverse osmosis (R/O) membranes monthly, (8)
clean R/O membranes semiannually, (9) provide customer w/completed
checklist of work accomplished, water analysis results, comments and
recommendations, (10)provide trainging or retraining of appropriate
staff on theory, operation and maintenance, prior notification needed;
limited to one (1) per visit. (1) Bidders shall submit a price
covering each item of equipment for the Base Year (12 mos.) of the
contract, Option Year I (12 mos.) & Option Year II (12 mos.) Service
shall ensure that the equipment functions in conformance with the
following latest published standard/codes/spec-
icifications/regulations to include, but not limited to: Association
for the Advancement of Medical Instrumentation (AAMI), Joint Commission
for the Accrediation of Healthcare Organizations (JCAHO), National Fire
Protection Agency (NFPA-99), Original Equipment Manufacturer (OEM),
American Association of Blood Banks (AABB), Nuclear Regulatory
Commission (NCR), Center for Devices of Radiological Health
(CDRH)(formerly Depart. Of Radiological Health (DRH)), 21 CFR, College
of American Pathologists (CAP), American Hospital Association (AHA)
American Society for Hospital Engineering (ASHE), Institute of
Electrical and Electronic Engineers (IEEE),Washington, DC VAMC
Engineering Service Standard Operating Procedures (SOPs), and any other
Federal, State and Local regulations mandated. Normal hours of coverage
for this contract are Monday through Friday 8:00a.m. to 4:30 p.m.,
excluding Federal holidays. All service/repairs shall be performed
during normal hours of coverage with prior approval of the COTR. At the
request of the Contractor's Field Service Engineer (FSE), the COTR may
approve service outside normal hours of coverage at no extra cost to
the government. The FSE shall perform PMs in accordance with
manufacturer specifications. PMs include but shall not be limited to:
performing p/m in accordance with the manufacturer specifications,
cleaning equipment; reviewing operation system software diagnostics to
ensure that the system is operating in accordance with manufacturer's
specifications; calibrating and lubricating the equipment; performing
remedial maintenance/repairs of non-emergent nature; testing and
replacing faulty and worn parts and/or parts likely to become faulty,
fail, or become worn (does not include glassware); inspecting all high
voltage cables and bushings, replacement of dielectric as necessary,
inspecting and replacing where indicated, electrical wiring and cables
for wear and fraying; inspecting and replacing where indicated, all
mechanical components which may include but not limited to; x-ray tube
mounting hardware, electron tubes and cathode tubes, patient
restraints and support devices, cables and mounting hardware, chains,
belts, bearings and tracks, interlocks, clutches, motors, keyboards,
and patient couches for mechanical integrity, safety, and performance;
returning the equipment to the operating condition defined in the
Conformance Standards; measuring, adjusting, and calibrating for
optimal image quality (applicable only for imaging equipment);
providing documentation of services performed, including photographs,
radiation dosage measurements, and all applicable x-ray film exposures,
of all measurements and calibration to ensure that the system is
performing in accordance with the CDRH regulations, Title 21, Chapter
I, Subchapter J, Radiological Health, Part 1020, Performance Standards
for Ionizing Radiation Emitting Products, Sections 30 & 33 as
applicable, based upon the date of system manufacture or remanufacture
(as applicable); and inspecting and calibrating the hard copy image
device (as applicable). Within 30 days after award, the Contractor
shall provide the COTR with a copy of the preventive maintenance
procedures that the Contractor shall follow, including the manufacturer
specifications, the ones listed above, and any additional procedures
followed by the Contractor. Preventive maintenance shall be performed
bi-annually in the months of December and June. The day of the PM
service must be scheduled by the FSE and the COTR at least a week in
advance and during normal working hours. All exceptions to the
preventive maintenance schedule shall be arranged and approved in
advance with the COTR. All materials such as lubricants, fluids,
cleaning supplies, parts, services, manuals, tools, or software
required for the Contractor to successfully complete scheduled PM shall
be provided by the Contractor. The Contractor shall provide unscheduled
maintenance and repair services as necessary to ensure the equipment
remains in good operating condition. Repair service shall be achieved
by returning failed components of a system to full operational
capacity. These repair services may consist of calibrating, cleaning,
oiling, adjusting, replacing parts broken or worn beyond useful life
(excluding glassware), and maintaining the equipment, including all
intervening calls necessary between regular services and calibrations.
Repair shall be carried out with the objective of minimizing downtime.
Service calls to the Contractor are only authorized when they are
received from the Contracting Officer, COTR or authorized designee.
Work performed outside the normal hours of coverage at the request of
FSE will be considered service during normal hours of coverage. Service
responses on calls from unauthorized personnel may result in
nonpayment. Response Time: Contractor's FSE must respond with a phone
call to the COTR within one (1) hour after receipt of telephoned
notification. If the problem cannot be corrected by phone, the FSE
shall commence work (on-site physical response) within four (4) hours
after receipt of notification and shall proceed progressively to
completion without undue delay. All equipment listed shall be operable
and available for use 100% of the normal hours of coverage. Downtime
shall be computed based on hours of coverage, beginning when the
request for service is initiated and ending when the equipment is
returned to full operational condition and accepted by the using
service. Scheduled service shall be excluded from downtime. Downtime
shall be computed quarterly. Failure to meet this requirement will
subject the Contractor to Penalties or Default action stated in the
terms of this contract. The Contractor shall furnish and replace all
equipment replacement parts (excluding glassware). The Contractor shall
have ready access to all equipment parts, including unique and high
mortality replacement parts, in order to minimize downtime and meet
equipment uptime requirements. Only new standard parts (manufactured by
the maker of the equipment or equal thereto) shall be furnished by the
Contractor. Rebuilt parts, used parts, or those removed from the same
model of equipment shall not be installed. All parts supplied by the
Contractor shall be of current manufacture and have complete
versatility with the presently installed equipment. All parts shall
perform identically to the original equipment specifications. All
modifications, upgrades, updates, or enhancements, must be scheduled
inadvance with the COTR. The CO and COTR must receive notice at least
1 week in advance before any equipment updates, upgrades or
enhancements are begun along with justification (if Vendor-suggested
modification), estimated costs (if applicable), probable effect on
equipment operation, and needs for new or additional in service
training. Contractor shall provide equipment hardware and software
enhancements/updates/upgrades at no extra cost to the Government for
the items on the schedule of equipment. The installation of these
enhancements will be scheduled a week in advance with the COTR and
performed outside normal hours of coverage at no additional charge to
the Government (unless it would be detrimental to equipment uptime, to
be determine by the COTR). Approval of the COTR and a VAMC equipment
pass must be obtained before removing equipment to Contractor's plant.
Removal of the equipment shall be done with no additional costs to the
government. The Contractorwill be responsible for loss or damage of
equipment. The VAMC shall not provide service manuals or service
diagnostic software to the Contractor. The Contractor shall obtain,
have on file, and make available to its FSE's all operational and
technical documentation (such as : operational and service manuals,
schematics, and parts list) which are necessary to meet the performance
requirements of this contract. Within 30 days after award, the
Contractor shall provide the VAMC with a copy of the preventive
maintenance procedures to be used, provide a copy of the current
calibration certifica- tion of all test equipment which shall be used
by the Contractor on the equipment, and shall inspect/reject any
equipment deemed to be in poor operating condition. Failure to reject
such equipment shall constitute acceptance. Upon rejection, the CO
shall be notified in writing as to the specific item(s) of equipment
deemed to be in poor operating condition. Test equipment shall be
traceable to a national standard, and shallbe periodically checked for
compliance. MANDATORY CHECK-IN PROCEDURES. The Contractor's FSE shall
be required to report to the COTR in Room GC105-1, during normal
working hours, prior to and after any work is performed, every day that
is required to complete the job. At this time the FSE will be issued a
contractor's identification badge which will be displayed at all times
while on VAMC property, and surrendered upon completion of the job.
Also at this time the FSE will be required to enter the following
information into the log: name, name of contractor, date, time in,
location of service/equipment being serviced, and time out. When
service is completed, the FSE shall document services rendered on a
properly completed ESR. The FSE shall be required to log out with
Biomedical Engineering and submit the ESR(s) to the COTR. All ESRs
shall be submitted to the equipment user for an "acceptance signature"
and to the COTR for an "authorization signature" if the COTR is
unavailable, a signed, authorized copy of the ESR will be sent to the
Contractor after the work can be reviewed (if requested or noted on the
ESR). When the job cannot be completed by 4:30 p.m. during normal
working hours, a status of progress, in the form of an ESR and verbal
description, must be provided to the COTR before 4:00 p.m. There shall
be no additional charge for time spent at the site awaiting the
arrival of additional FSE and/or delivery of parts. Outside normal
working hours when the COTR is unavailable, FSEs shall be required to
log in and out with Security/Police service in the VAMC lobby or room
1A114 and receive proper identification badges. ESRs for these
services, both completed and left in progress, will need an "acceptance
signature," and should be dropped off at a point agreed upon with the
COTR. Documentation in the form of ESRs must be furnished to the COTR
for all scheduled and unscheduled maintenance performed by the
Contractor. Failure to comply may result in delayed payment.
Documentation shall include detailed descriptionsof scheduled
maintenance and emergency repairs, procedures performed, including
replaced parts and prices, for outside normal working hour services
required to maintain the equipment. The ESR shall consist of a separate
report for each equipment item covered under the contract. ESR must, at
a minimum, document the following data legibly and in complete detail:
name of contractor, name of FSE who performed services, contractor
service ESR number/log number, date, time(starting & ending), equipment
downtime and hours on-site for service call; VA purchase order
number(s) covering the call(for contact or one provided for authorized
work performed outside normal hours of coverage or not covered by the
contract); description of problem reported by COTR/user (if
applicable); identification of equipment to be serviced: device
name/description, device location (if applicable), manufacturer's name,
model number, serial number, inventory/barcode number, and any other
identification numbers; itemized description of service performed and
parts replaced; results of calibration and/or performance testing;
total cost to be billed if part(s) are not covered or service rendered
after normal hours of coverage; Signatures: FSE performing services
described; acceptance signature as described above; authorization
signature by COTR if available. Any additional charges claimed by the
FSE/Contractor must be approved by the COTR before the service is
completed. A purchase order number must then be provided to the
FSE/Contractor by the COTR. The Contractor shall immediately, but not
later than 24 hours after discovery, notify the CO and the COTR, IN
WRITING of the existence or the development of any defects in, or
repairs required to the schedule of equipment which the Contractor
considers not to be responsible for under the terms of the contract.
The Contractor shall furnish the CO and the COTR with a written
estimate of the cost to make necessary repairs. Invoices will be paid
in arrears on a monthly basis. The Contractor shall mailthe invoices to
the attention of Fiscal Service. Invoices MUST INCLUDE, at a minimum,
the following information: Contractor name, purchase order number,
period of service the billing covers, list of equipment items and their
serial numbers covered during the stated period of service. Each
invoice must be accompanied by legible copies of all the ESRs for the
services or period of service listed on the invoice, in order to
expedite verification for payment. The Contractor shall have fully
qualified FSE performing all service on the equipment under the
contract. Within a 30 day period after award of the contract, the
Contractor shall submit a list of the fully qualified FSEs who shall
perform the contracted service at this VAMC for each make and model of
equipment on the equipment schedule. The list for each FSE performing
work at this VAMC will include: name, geographic location, length and
type of experience maintaining medical equipment (specific to make and
model of equipment), and their formal training (specific to the make
and model of equipment). The Contractor shall provide written assurance
of the competency of their personnel and a list of credentials of
approved FSEs for each make and model the Contractor services at the
VAMC. The CO may authenticate the training requirements, request
training certificates or credentials from the Contractor at any time
for any personnel who are servicing or installing any VAMC equipment.
The CO and COTR specifically reserve the right to reject any of the
Contractor's personnel and refuse them permission to work on the VAMC
equipment. If subcontractor(s) are used, they must be approved by the
CO; the Contractor shall submit any proposed change in subcon-
tractor(s) to the CO for approval or disapproval. The following FAR
provisions apply to this solicitation. 52.212-1 Instructions To
Offerors-Commercial Items; 52.212-3 Offeror Representations &
Certifications -- Commercial Items; 52.212-4 Contract Terms &
Conditions -- Commercial Items; 52.212-5 ContractctTerms & Conditions
Required To Implement Statues or Executive Orders-Commercial Items;
52.222-3 Convict Labor (E.O. 11755); 52.233-3 Protest After Award;
52.203-6 Restrictions on Subcontractor Sales to the Government, with
Alt. I; 52.203-10 Price or Fee Adjustment for Illegal or Improper
Activity; 52.219-8 Utilization of Small Business Concerns; 52.219-9
Small Business Subcontractors Plan; 52.219-14 Limitation on
Subcontracting; 852.219-70 Veteran Owned Small Business, 52.222-26
Equal Opportunity; 52.222-35 Affirmative Action for Special Disabled &
Vietnam Era Veterans; 52.222-36 Affirmative Action For Workers With
Disabilities; 52.222-48 Exemption From Application of Service Contract
Act Provisions For Contracts For Maintenance, Calibration, and/or
Repair of Certain ADP, Scientific & Medical, and/or Office & Business
Equipment- Contractor Certification, 52.249-4 Termination For
Convenience Of The Government (Services)(Short Form), 52.249-8
Default(Fixed Price -Supply & Services). All bids for this procurement
must be received in a SEALED ENVELOPE, be on company letterhead and
include a completed copy of the provisions at 52.212-3, Offeror
Representations & Certifications-Commercial Items, Bidders shall
identify all bid packages by writing the solicitation number on each
package. Bids are due no later than 2:00 p.m.(DLST) September 3, 1999,
and shall be addressed to Joyce Forker, Contracting Officer (90C),
Room 1B112, VA Medical Center, 50 Irving St., NW, Washington, DC 20422
-BID ENCLOSED. No telephonic or faxed requests will be honored. Posted
08/19/99 (W-SN369991). (0231) Loren Data Corp. http://www.ld.com (SYN# 0049 19990823\J-0007.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|