Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10, 2001 PSA #2912
SOLICITATIONS

J -- MAINTENANCE CONTRACT, AUDITORY EQUIPMENT

Notice Date
August 8, 2001
Contracting Office
Department of Veterans Affairs, Network Business Center, 5901 East Seventh Street, Bldg 149, Long Beach, CA 90822
ZIP Code
90822
Solicitation Number
RFQ 600-147-01
Response Due
August 31, 2001
Point of Contact
MO CLARY 562/961-8061 Fax 562/961-8067
E-Mail Address
Click here to contact the Contracting Officer via (mo.clary@med.va.gov)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with subparts in the Federal Acquisition regulation 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. REQUIREMENTS: Based upon this Solicitation No. RFQ 600-147-01, the Government intends to award a contract for base year plus four (4) option years for the following equipment maintenance at Greater Los Angeles Healthcare System West Los Angeles Campus, 11301 Wilshire Blvd, Los Angeles, CA: Contractor-furnished labor, tools, materials, supplies/parts, manuals and schematic drawings to perform the following two line items on (A) ICS Medical Auditory equipment, Model Charter ENG System, Serial Number 311 (including subparts): 1) Scheduled preventive maintenance (PM), quantity 2 per year; and 2) Emergency repair (ER), quantity as required; and the following two line items on (B) RVT Rotary Chair System, Serial Number 228: 3) PM, quantity 2 per year; and 4) ER, quantity as required. Maintenance plan shall include all major and minor parts/supplies needed for maintenance and repair. Contractor shall have manufacturer replacement parts readily available at no additional cost. (Equipment placed under this plan shall be in good operating condition.) PMs shall be scheduled for performance during normal working hours, Monday-Friday, 8:00 a.m. -- 5:00 p.m., excluding Federal holidays. Overtime work for PMs outside normal work hours (after 5 p.m. or before 8 am Monday-Friday, any Saturday, Sunday, or Federal holiday) will require prior approval by Contracting Officer's Technical Representative (COTR). Contractor will contact the COTR to arrange all services on this equipment (phone 310/478-3711 x 40087 or 44619). Scheduled PM cycles must be completed within one business day; extensions beyond one business day require approval of the COTR. Unlimited ER service shall be available onsite when necessary Monday-Friday during normal business hours. Contractor shall maintain and operate a telephone emergency assistance number, available 24 hrs/day. Telephone response time for Contractor shall be one hour after initial call; Contractor service personnel shall respond within one hour of telephone request for ER to determine scope of problem and make recommendations, including scheduling for onsite repairs. When onsite repairs are required, Contractor must arrive same business day of initial call if contacted before noon; if initial call is placed after noon, contractor shall make every effort to arrive same business day or no later than start of next business day. Contractor will contact or be contacted by the COTR, Bldg. 500, Rm. 0261 (phone 310/478-3711 x 40087 or 44619) to arrange all services, sign-in, and identify him/herself to COTR before proceeding to equipment job site. MAINTENANCE AND REPAIR SPECIFICATIONS: Maintenance and repair specifications are based on manufacturer-recommended service and PM procedures/schedules, as well as on medical utilization of specified equipment. Performance verification shall be accomplished at conclusion of every PM and ER event. Verification may include performance testing for equipment accuracy/precision. Performance testing results following PM or ER procedures affecting equipment calibration status shall conform to established performance criteria for that equipment. PM Inspections (PMI) shall be scheduled on a semi-annual basis and shall be no less than 180 days apart. Each PM or ER event shall include inspection for internal/external causes of medical and electronic problems including wear, misalignment, maladjustment, damage or other malfunctions with respect to manufacturer specifications; inspection for electrical safety and fire hazards; equipment cleaning and lubrication as required; repair or replacement of all defective components necessary to conform to equipment specifications; calibration or standardization of equipment, as required; testing for proper operation of entire system and subsections; and documentation of proper equipment function/performance. Service technician shall legibly document findings of problems, corrective action, and performance verification on both Field Service Report and Equipment Maintenance Log. Service Technician shall document and report to Using Service and COTR any unsafe conditions or signs of misuse or negligence concerning this medical equipment. Contractor shall have/provide (1) for ER, all necessary equipment/parts/supplies onsite within eight (8) hours after initial emergency service call is placed; (2) for scheduled PMs, all necessary equipment/parts/supplies onsite at start of service call; and (3) at no cost to Government, all operating supplies needed to perform all service or repairs. Should Contractor use VA materials to effect ER, these materials shall be recorded on Field Service Report and replaced without cost within thirty (30) calendar days from completion of service call. Only standard, new/exchange parts, as suggested by original manufacturer, shall be furnished by Contractor in effecting repairs. Replacement parts and labor shall, as a minimum, carry standard, 90-day commercial warranties. Service Technician shall identify on Field Service Reports, by part number as shown on manufacturer's schematics/Parts List, all parts replaced and actual cost of parts. Replacement parts shall be billed on invoice as NO CHARGE items. REPORTS: Upon completion of each service call, Field Service Report shall be prepared to include: date and total hours of service; parts installed (part number and cost); safety check; performance data; and service comments/remarks. Service Technician and COTR shall sign Field Service Report and file a record of this report in the Service Maintenance Logbook of department in which equipment is located. Original Field Service Report shall be given to the COTR for retention in Biomedical Engineering, Bldg. 500, Rm. 0261. Approval signature shall be withheld on any invoice reflecting billing for which no properly executed Field Service Report has been provided to verify satisfactory performance of work. PERIODIC INSPECTIONS: VA Medical Center may, at its own expense, request unrelated third party to inspect quality of Contractor service. Faults/omissions discovered via these inspections shall be repaired/corrected by the Contractor at no charge to the Government. CLAUSES: Incorporated herein by reference are the following Federal Acquisition Regulation (FAR) Clauses: 52.212-1: Instructions to Offerors -- Commercial Items; 52.212-3: Offeror Representations and Certifications -- Commercial Items; 52.212-4: Contract Terms and Conditions -- Commercial Items; 52.212-5: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.215-5: Facsimile Proposals (Facsimile offers are accepted at (562) 961-8067; 52.232-19: Availability of Funds for the Next Fiscal Year. offerors must hold prices firm in its offer for 30 calendar days from the date specified for receipt.). In addition, upon receipt of a facsimile expression interest in responding to this solicitation, a copy of FAR Clause 52.212-5: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, with applicable statutes and Executive Orders marked, shall be provided via return fax. Incorporated herein by reference are the following VA Acquisition Regulation (VAAR) Clauses: 852.237-70: Contractor Responsibilities; 852.270-1: Representatives of Contracting Officers; and 852.270-4: Commercial Advertising. Contract clauses cited in this solicitation may be accessed electronically at these addresses: http://www.arnet.gov/far/ and http://www.va.gov/oa&mm/vaar/. INSTRUCTIONS, CONDITIONS & NOTICES TO OFFERORS: Quotation shall reference solicitation number and reflect pricing for each of the four line items listed above for each contract year (i.e., Base, OY1, OY2, OY3, and OY4). Offeror shall complete and return all information designated in FAR 52.212-1, "Instructions to Offerors -- Commercial Items" paragraph "b", prior to the time specified in paragraph 5 below in order to be considered for award. Address mail/FedEx offers to: Contracting Officer (600/NBC/MP), Department of Veterans Affairs, Attn: Mo Clary, 5901 East Seventh Street, Bldg. 149, Long Beach, CA 90822. Facsimile offers are accepted at (562) 961-8067. Quotations, regardless of method of delivery, are due by 3:00 p.m. California local time on August 31, 2001. Award of a firm-fixed price contract shall be made to the responsible offeror based on price and past performance in meeting similar standards. Contact Mo Clary at (562) 961-8061 for information regarding this solicitation.
Record
Loren Data Corp. 20010810/JSOL007.HTM (W-220 SN50U3C1)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on August 8, 2001 by Loren Data Corp. -- info@ld.com