|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 14,1999 PSA#2454FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St.,
Suite 600, Norfolk, VA 23511-3392 J -- MAINTENANCE SERVICES FOR CELL SAVERS SOL N00189-00-T-0015 DUE
102699 POC Dawn Sunkins, 757-443-1423 or 757 443-1442-fax 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; quotes are being requested and a
written solicitation will not be issued. Request for Quotes are hereby
requested under RFQ N00189-00-T-0015. This RFQ incorporates provisions
and clauses that are in effect through Federal Acquisition Circular
97-13. FISC Hampton Roads, Acquisition Department, intends to procure
maintenance services for three (3) Cell Savers: Clin 0001 Model CS-5,
Serial #96J096, Pin #M40551; Clin 0002 Model CS-5, Serial #96J100, Pin
#M40552 and Clin 0003 Model CS-5, Serial #96J101, Pin #M40550. This
contract shall provide for maintenance services which include on-site
corrective repairs, normal working hour coverage (8:00 A.M. to 6:00
P.M. Monday through Friday excluding Federal holidays) or 24-hour
emergency service and routine preventive maintenance services to
Department of Defense owned equipment, as listed on the: DD Form 1155
"Order for Supplies or Services". It shall include all systems,
subsystem components, and assemblies that were part of the original
system purchased. All maintenance provisions shall apply to hardware,
firmware, and software, as appropriate, unless otherwise stated. The
Contractor shall comply with Federal, State, Local laws, and Federal
Regulations as applicable to the performance of this contract. The
Contractor shall not accept any instructions issued by any person
employed by the U. S. Government, other than: the Contracting Officer
(KO), or Biomedical Engineering Division (BME), all acting within the
limits of their authority. The Contractor shall provide trained,
experienced, English speaking personnel, labor, tools, diagnostic
equipment, software, test phantoms, material, supplies, transportation,
parts and equipment necessary to perform Preventive Maintenance (PM),
Calibration (CAL), Safety testing (ST) and corrective maintenance. The
Contractor shall provide telephonic communications with the Government
to discuss technical matters relating to the performance of this
contract. A systems operator will be made available to answer technical
questions regarding system operations and applications. Equipment
listed in this contract will be maintained to meet the original
equipment manufacturer's (OEM's) specifications. Equipment and
associated components shall be serviced as listed on: DD Form 1155,
"Order for Supplies or Services". The Contractor Point of Contact
(POC). The Contractor shall provide in writing the name and telephone
number of a primary and alternate English speaking individual to act as
their representative for the scheduling and coordination of service
calls, and to be responsible for the coordination of the contract with
the Government. Government furnished property, Materials and Services.
The Contractor representative(s) at each site may request a
pre-maintenance inspection prior to the onset of the contract. Any
equipment found to be inoperable during this pre-maintenance inspection
would be repaired using a separate purchase order. The government
certifies that the equipment to be maintained under this contract will
be in good operating condition on the effective date of this contract.
For the purpose of this contract, the clause, "good operating
condition" means the conditions necessary for the equipment to function
as intended without corrective maintenance. The Contractor agrees to
leave the equipment in good operating condition at the expiration of
this contract. During the final week of this contract, the Government
will make final inspection of the equipment. Any correction of
deficiencies noted during this inspection shall be resolved prior to
contract end. The government will be responsible for maintaining the
proper environment, including utilities and site requirements necessary
for the system to function properly as specified by the OEM. The
Government will operate the system in accordance with theinstruction
manual provided by the OEM. The Government will not be responsible for
the damage or loss due to fire, theft, accident, or other disaster of
Contractor supplies, materials, or for the personal belongings brought
onto Government property by Contractor's personnel. Contractor
Furnished Property and Material. The Contractor shall provide all
service literature, reference publications, laptop computers and
diagnostic software to be used by the contractor service technicians
and as required for the completion of the services in accordance with
this contract. Replacement Parts. The Contractor shall have ready
access to unique and/or high mortality replacement parts. All parts
supplied shall be compatible with the existing system. The Contractor
shall at their expense, replace all worn or defective parts necessary
to restore the equipment to 100% operational condition as specified by
the OEM. Contractor installed replacement parts shall become the
property of the Government and the replaced malfunctioning part shall
become the property of the Contractor. Freight, postage, and storage
charges associated with shipment and receipt of replacement parts, and
the return of parts shall be the responsibility of the Contractor. The
Contractor shall use only new or warranted replacement parts where the
quality is equal to or better than the OEM's original part. When
discrepancies occur, the Government will make the final determination
on whether a replacement part is of equal or better quality. The
Contractor must include software revisions and upgrades (field service
changes) which are required due to FDA or manufacturer announced
safety-hazard recall, to include FDA Year 2000 Compliance Directive, as
part of the contract at no additional cost to the Government. Specific
Tasks Contractor Report Requirements. During normal duty hours,
Contracted Field Service Engineer (FSE) personnel shall check-in with
the Biomedical Engineering Division upon arrival at the Government site
and again prior to departure. The Contractor FSEs shall personally
notify Biomedical Engineering (BME) of problems that result in the
equipment being left disabled upon their departure. After normal duty
hours, Contractor FSEs shall notify the Officer of the Day Desk (Bldg
2, 2nd Floor) and the systems operator designated by (BME). The
Contractor shall provide to (BME) a full service report within two (2)
days after completion of all service performed. The service report
shall include, but not be limited to: contract number, contractor's log
number, detailed description of the service(s) performed, replacement
part(s) information (part number, part value, nomenclature, unit price,
manufacturer, if not OEM, and whether the part is
new/used/reconditioned), the completion date and time, man-hours
expended and the hourly rate normally charged for the type of service
performed, model and serial numbers, and the name of the FSE performing
the service. Contractor Responsibility. The Contractor shall be
responsible for the repair/replacement of damaged Government owned
equipment and property due to the negligence of the Contractor or his
representatives. All such replacement or repair shall be at the
Contractor's expense and shall be inspected to the satisfaction of the
KO or appointed representative. Preventive Maintenance Services. In
accordance with Naval Medical Logistics Command (NAVMEDLOGCOM) Risk
Assessment Criteria. Preventive maintenance shall be performed __2___
time(s) per year. The Government shall select the months in which
preventive maintenance services are to be performed. The preventive
maintenance visits shall be performed during the following months:
February 2000 and August 2000 (The Government Fiscal Year runs: October
through September). The Contractor shall schedule and complete
preventive maintenance services prior to the 15th of the selected
month. All test equipment used in the performance of this contract will
be within calibration shall be in compliance with Joint Commission on
Accreditation of Healthcare Organization (JCAHO), OriginalEquipment
Manufacturer (OEM) and Federal Drug Administration (FDA) standards.
Corrective Maintenance__X___ 24-Hour Emergency Service. Contractor will
respond to trouble calls 24-hour a day, 7-days a week. Contractor will
provide a published telephone number that is active 24 hours a day (no
separate charge shall be made for labor, travel or living expenses).
The Contractor shall respond via telephone within __2__ hours after
receipt of trouble call and provide on-site service within __24__
hours. Equipment shall be operational within __48__ hours. Emergency
Service Calls MUST BE requested by (BME) at ALL TIMES. The Government
reserves the right to deduct from the Contractor's payment an amount
per hour equal to the number of hours the Contractor fails to respond,
as specified in the contract.__X___ Normal Working Hour Maintenance
Coverage Maintenance Coverage will be Monday through Friday, between
8:00 A.M. to 6:00 P.M. The contractor shall respond via telephone
within __2__ hours after receipt of trouble call, and provide on-site
service within _24__ hours. Equipment shall be operational within
__48__ hours. The Government reserves the right to deduct from the
Contractor's payment an amount per hour equal to the number of hours
the Contractor fails to respond, as specified in the contract.
Emergency service outside the normal working hours by the Government
site shall be billable to the Government at published commercial rates,
and negotiated prior to services rendered. Government request for
corrective maintenance will be placed by (BME), to the Contractor's
POC. Corrective Maintenance shall be completed during the hours
specified in the contract. The Contractor shall assign a unique
Log/Reference Number to each Government request for corrective
Maintenance. Contractor's response to requests for service may include
telephone consultation with the equipment user/operator and a
Contractor FSE. Telephone consultation shall: 1) provide instruction in
determining operator error; 2) to determine the most likely cause of
the problem; 3) to determine if resolution of the problem requires the
dispatch of a FSE; and 4) to identify replacement parts likely to be
required in order to return the equipment to 100% operational condition
as specified by the OEM. Each level of service shall include all parts
to be furnished by the Contractor at No cost to the Government, unless
otherwise indicated. Any/all exclusions are listed as follows: Federal
Holidays. The Contractor shall have his/her own service manuals,
specifications, schematic diagrams, and parts lists to assist in the
evaluation/repair of all equipment included in this contract. Removal
of Government Property Whenever the repair of equipment cannot be
performed at the Government site as determined by the Contractor, the
Contractor shall notify (BME) who will make arrangements for the
Contractor to remove the item to the Contractor's designated site. The
Contractor may be required to sign a Government form accepting
responsibility for the Government equipment. All charges resulting from
a Contractor determined requirement to transport Government owned
property, covered by this contract, to and from an alternate repair
location shall be the responsibility of the Contractor. Equipment
Modification Upgrades The Contractor shall only incorporate OEM
specified modifications, alterations and upgrades. Approval shall be
obtained from (BME) prior to the Contractor installation of any
modification, alteration, or upgrades. The Contractor shall maintain
contact with the OEM to determine the requirement for field
modifications and to ensure accomplishment of these modifications in
accordance with the time schedule set forth by the OEM. The Government
shall not alter the system without prior notification to the
Contractor. The contractor at no additional cost shall provide software
upgrade to the Government. Installation of upgrades will be left to the
discretion of the Government. Service Beyond the Scope of the Contract:
The Contractor shall immediately, but not later than 24 consecutive
hours after discovery, notify (BME), in writing, of the existence or
the development of any defects in, or repair required to the scheduled
equipment which the Contractor considers they are not responsible for
under the terms of this contract. At the same time of the
notification, the Contractor shall furnish (BME) with written estimate
of the cost to make the necessary repairs. Repairs considered by the
Contracting Officer to be outside the scope of this contract shall not
be covered under this contract, but shall be ordered under a separate
purchase order. The equipment is located at Apheresis Laboratory,
Building 2, CHCC, Naval Medical Center, Portsmouth, VA 23708. In
accordance with 52.232-18 AVAILABILITY OF FUNDS (APR 1984) Funds are
not presently available for this contract. The Government's obligation
under this contract is contingent upon the availability of
appropriated funds from which payment for contract purposes can be
made. No legal liability on the part of the Government for any payment
may arise until funds are made available to the Contracting Officer
for this contract and until the Contractor receives notice of such
availability, to be confirmed in writing by the Contracting Officer.
The following FAR provisions and clauses apply to this solicitation and
are incorporated by reference: FAR 52.212-1 Instructions to
Offerors-Commercial and FAR 52.212-2 Evaluation-Commercial Items.
Offerors shall include a completed copy of the provision at FAR
52.212-3 Offeror Representations and Certifications-Commercial Items,
with its offer. Clause FAR 52.212-4 Contract Term and Conditions
Required to Implement Statues and Executive Orders-Commercial Items
applies to this acquisition. All offers are due no later than 4:00 P.M.
Eastern Standard Time on 26 October 1999. An award will be made to the
lowest priced technically acceptable offeror. At a minimum, offerors
should provide this office with the following: a price proposal on
letterhead or a SF 1449 for the requested items; include unit price,
extended price and total price proposed. Include prompt payment terms,
remittance address, a commercial price list for each item offered and
a completed copy of FAR 52.212-3, Offeror Representations and
Certifications-Commercial Items. All offers shall be sent to Fleet
Industrial Supply Center, Acquisition Group, 1968 Gilbert St., Ste.
600, Norfolk, VA 23511, Attn: Dawn Sunkins-Code 202C5, 757-443-1423 or
fax 757-443-1442. Faxed responses are acceptable, reference
solicitation N00189-00-T-0015. Posted 10/12/99 (W-SN390724). (0285) Loren Data Corp. http://www.ld.com (SYN# 0022 19991014\J-0004.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|