|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 23,1999 PSA#2415FISC Norfolk Detachment Philadelphia, 700 Robbins Ave., Bldg. = 2B=20
Phila. PA. 19111-5083 J -- MAINTENANCE OF X-RAY EQUIPMENT SOL N00140-99-Q-3831 DUE 090299
POC Point of Contact Scott Rubin, Contract Specialist, = (215)697-9692,
K.=20 Sweetra, Contracting Officer, (215)697-9690 E-MAIL: Click here to
contact the Bid Officer, synopsis@phil.fisc.navy.mil. This is a
COMBINED SYNOPSIS/SOLICITATION for commercial items = prepared=20 in
accordance with the format in FAR Subpart 12.6 using Subpart 13.5 =
test=20 program procedures, as supplemented with additional information
= included in=20 this notice. This announcement constitutes the only
solicitation; a = written=20 solicitation will not be issued. PAPER
COPIES OF THIS SOLICITATION WILL = NOT BE=20 AVAILABLE. The RFQ number
is N00140-99-Q-3831. This solicitation = documents and=20 incorporates
provisions and clauses in effect through FAC 97-12 and = DFARS=20
19990503. It is the contractor=92s responsibility to be familiar with
= the=20 applicable clauses and provisions. The clauses may be accessed
in full = text at=20 these addresses: www.arnet.gov/far and
www.dtic.mil/dfars. The SIC Code = is=20 7699, and the Small Business
standard is $5M. FISC Norfolk Det. = Philadelphia=20 intends to acquire
On-call and Preventative maintenance of x-ray = equipment=20 located at
the Radiology Department of the NavalHospital, Great Lakes, = IL.=20
Award of a firm fixed price purchase order is anticipated. The =
Government=92s=20 obligation is contingent upon Congress enacting FY00
appropriations. = Resultant=20 contract will be for a base period of
performance of one year and will = include=20 three one-year option
periods. The period of performance for the base = period=20 and each
option are as follows: BASE: 01 Oct 99 through 30 Sep 00; = Option
I:=20 01 Oct 00 through 30 Sep 01; Option II: 01 Oct 01 through 30 Sep
02; = Option=20 III: 01 Oct 02 through 30 Sep 03. Quoters are to price
the following=20 requirements, at the subline item level only, for the
base and each = option=20 year. Requirements: CLIN 0001: On-Call and
Preventative Maintenance at = the=20 Naval Hospital, Great Lakes during
the period 01 Oct 99 through 30 Sep = 00, IAW=20 the Statement of Work
and covering the following Picker International=20 equipment at the
following locations: CLIN 0001AA: RAD-CLINIX-R, Site = No.=20 35222,
Room 1, Naval Hospital, Bldg. 200-H; CLIN 0001AB: RAD-CLINIX-T, =
Site=20 No. 73983, Room 2, Naval Hospital, Bldg. 200-H; CLIN 0001AC:
R/F VECTOR = SYSTEM, Site No. 26659, Room 4, Naval Hospital, Bldg.
200-H; CLIN = 0001AD: R/F=20 VECTOR SYSTEM, Site No. 15380, Room 5,
Naval Hospital, Bldg. 200-H; = CLIN=20 0001AE: RAD-CLINIX-R, Site No.
40140, Room 100, Branch Medical Clinic = 237;=20 CLIN 0001AF:
RAD-CLINIX-R/CHEST, Site No. 205620, Room 1133, Branch = Medical=20
Clinic 1007; CLIN 0001AG: RAD-CLINIX-T, Site No. 205403, Room 1135, =
Branch=20 Medical Clinic 1007; CLIN 0001AH: RAD-CLINIX-T, Site No.
205316, Room = 8, Naval=20 Hospital, Bldg. 200-H.; CLIN 0002 (CLINS
0002AA through 0002AH) =96 = Option I;=20 Same as CLIN 0001 during the
period 01 Oct 00 through 30 Sep 01; CLIN = 0003=20 (CLINS 0003AA
through 0003AH) -- Option II; Same as CLIN 0001 during the = period=20
01 Oct 01 through 30 Sep 02; CLIN 0004 CLIN 0004AA through 0004AH) =96
= Option=20 III; Same as CLIN 0001 during the period 01 Oct 02 through
30 Sep 03. =20 Statement of Work: C-1. Maintenance of the equipment
identified in = Section B=20 shall be provided during the time period
from 8:00A.M. to 5:00 P.M., = Monday=20 through Friday, excluding
Federal Holidays. C-2. Response time to = critical=20 service calls
shall not exceed 4 hours; response time for non-critical = service=20
calls shall not exceed 24 hours. Working hours are defined as 8:00 A.M.
= to=20 5:00 P.M., Monday through Friday. Service calls shall be placed
only = during=20 working hours. If preventative maintenance or repair
work will not be=20 completed by 5:00 P.M., the service representative
must notify the = Naval=20 Hospital, Great Lakes at (847)688-2296 or
2297. This contract does not = cover=20 work performed after normal
working hours. C-3. Maintenance to be = provided=20 shall include
labor, shipping, travel and all equipment parts = (excluding x-ray=20
tubes) required to repair and maintain optimum equipment operation. =
C-4. In=20 addition to maintenance in response to service calls, two
preventative=20 maintenance visits shall be conducted each OCTOBER and
MARCH of the = contract=20 (including option periods, if exercised).
C-5. The contractor shall = provide=20 telephone representative(s) to
assist in troubleshooting and repair = operations=20 during normal
working hours. C-6. The contractor shall only perform = service in=20
response to service calls placed by the Contracting Officer=92s =
representative,=20 HM2 Kim Miller. The contractor shall not perform
service calls placed = by the=20 department using the equipment. C-7.
All replaced, non-recyclable parts = are=20 the property of the
Government. C-8. The contractor shall notify the=20 Contracting
Officer=92s representative upon commencement and completion = of=20
service. Upon completion of services, the contractor shall present a =
legible=20 report of services performed. All work orders/invoices must
include the = equipment number and contract number and shall describe
the work = performed.=20 This report will be filed and maintained by
the Contracting Officer=92s = representative. Delivery will be FOB,
Destination, all transportation = charges=20 paid by the Contractor to
the Naval Hospital, Great Lakes. The = Government has=20 the
unilateral right to exercise the option periods listed above = provided
that=20 the Government notifies the contractor of the Government=92s
intent to = exercise=20 the option within 30 days prior to the
expiration of the current period = of=20 performance. Responsibility
and Inspection: unless otherwise = specified, the=20 supplier is
responsible for the performance of all inspection = requirements and=20
quality control. The following FAR provisions and clauses apply to =
this=20 solicitation and are incorporated by reference: 52.212-1,
"Instruction = to=20 Offerors -- Commercial Items"; 52.212-3 ALT I,
"Offeror Representations = and=20 Certifications -- Commercial Items";
52.212-4, "Contract Terms and = Conditions -=20 Commercial Items";
52.212-5, "Contract Terms and Conditions Required To = Implement
Statutes or Executive Orders -- Commercial Items" including = these=20
additional FAR Clauses: (b).(1),(5),(11),(12),(13),(14), (15) and
(23); = and=20 52.217-9, "Option to Extend the Term of the Contract"
(fill-ins for = this=20 clause are as follows: Paragraph (a) "within 30
days"; Paragraph (c) = "shall=20 not exceed 48 months". The following
DFARS provisions and clauses = apply to=20 this solicitation and are
incorporated by reference: 252.212-7000, = "Offeror=20 Representations
and Certifications -- Commercial Items", 252.212-7001,=20 "Contract
Terms and Conditions Required to Implement Statutes or = Executive=20
Orders Applicable to Defense Acquisitions of Commercial Items" =
including=20 DFARS 252.206-7000, 252.225-7012, 252.227-7015,
252.227-7037, = 252.243-7002;=20 and 252.204-7004, "Required Central
Contractor Registration". The = Government=20 will make an award under
this requirement to the low priced, = responsible=20 quoter. As a
minimum, vendors shall provide to this office; a signed = proposal=20
on letterhead or a SF1449 for the requested items with the unit price
= (priced=20 at the subline level) and extended price (same for option
pricing), = prompt=20 payment terms, remittance address, and copies of
FAR 52.212-3 and DFARS = 252.212-7000. This announcement will close at
4:00 P.M. local time,=20 Philadelphia, PA on 02 SEPTEMBER 1999.
Responses should be received at = FISC=20 Norfolk Detachment
Philadelphia, 700 Robbins Avenue, Building 2B,=20 Philadelphia, PA
19111-5083 and addressed to Code 02P52I, referencing = RFQ=20
N00140-99-Q-3831. For questions regarding this announcement, contact =
Mr.=20 Scott Rubin who can be reached at (215)697-9692 or e-mail=20
Scott_J_Rubin@phil.fisc.navy.mil. =20 Posted 08/19/99 (D-SN370071).
(0231) Loren Data Corp. http://www.ld.com (SYN# 0071 19990823\J-0029.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|