Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 16,1996 PSA#1660

Federal Bureau of Prisons, Mid-Atlantic Regional Office, FMC Butner Medical Activation, 10010 Junction Drive, Suite 100-N, Annapolis Junction, MD 20701

70 -- LABORATORY INFORMATION SYSTEM SOL 453-0001 DUE 090396. Contact Mary Doyle, Supervisory Contract specialist (301) 317-3227. The Federal Medical Center, Butner, North Carolina has a requirement for a complete laboratory information system for processing chemistry, hematology, coagulation, serology, urinalysis, and immunoassay results. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation, RFP 453-0001 is issued as a Request for Proposals. This solicitation is 100% set-aside for small business, with a Standard Industrial Classification Code (sic) of 5045. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 38. Line item 001 - OPUS LIS (or equal); Salient characteristics: the required Laboratory Information System must meet the following specifications: Hardware - (1) Microcomputer with 125 transactions per second rating; clock speed of 64MHZ, 256 Total Cache Memory, PA-RISC UNIX Operating System, SCSI Interface, 32 MB Random Access Memory (expandable to 512 MB total RAM), eight built-in RS-232 Direct Connect Ports, Unix 8 user license (expandable to unlimited); 32 Port Multiplexer (expandable to 132 Ports with no additional CPU requirements); 4 Gigabyte Internal disk Drive; 2 Gigabyte DDS DAT Drive; High Speed Line Printer (300-400 line per minute dot matrix) capable of utilizing six part paper (must have RS-232 interface); eight (8) soft white 14'' terminals for placement in various laboratory must be compatible with Coulter STKS Hematology analyzer); Facsimile transmission hardware for transmission of laboratory results via model; 14.4 Baud Modem; First year maintenance upgrades. Instrument Interfaces: Johnson & Johnson Vitrus 950 Chemistry Analyzer; Abbott AXSYM Immuno Assay Analyzer; Coulter STKS Hematology Analyzer; Nova 16 Chemistry Analyzer; IL Caogulation Analyzer ACL 100 & 1000; Bayer/Miles Clinitek 200 Urine Analyzer. Software: Batch result entry for non-reactive or negative patient results, Billing capability by physician or referral location, Facsimile transmission of released results at predetermined times throughout the work day, Entry of patient number in the following two formats: xxx-xx-xxxx and xxxxx-xxx, Horizontal and/or vertical cumulative reports (custom designed); Search results by physician; Extended normal ranges for various age and sex groups; Flexible bar coded collection labels to take full advantage of instrumentation; Three levels of abnormal result ranges (abnormal, critical, and extreme); On-line quality control which flags out of range QC in real time; Daily exception report (all delta fails, critical values, QC fails, and corrective action listed); Work lists: pending, complete, previous results; Optional menu system operations according to user definition; System security module with unlimited security levels; Real-time record updating; Automatic test calculations; Extensive profile capabilities; Extensive single report options; formats; Automatic interpretations based upon user defined parameters; Infection control/Epidemiology reports; Optical disk archiving; Turnaround time reports; CAP workload recording; Updates on software (including travel and personnel time, included with monthly software maintenance fee); Training: On-site hardware and software training of all laboratory staff by vendor. Installation: All hardware and software installation to include all cabling within the laboratory and hardware set-up (Includes all necessary cables, connectors, hardware installation and integration with existing institution Local Area Network (LAN). LAN specifications are as follows: token ring with fiber backbone with Novell NetWare version 4.0. To include a minimum of 12 months warranty (parts and labor). Delivery is FOB Destination to Federal Medical Center, Old Highway 75, Butner, North Carolina 27509. Delivery is required on or about July 15, 1997 (to coordinate with construction of the Federal Medical Center). Any interested/qualified source who can provide the required equipment must respond by 3:00 P.M. on August 30, 1996. All such responses will be evaluated in order to determine the ability to meet the requirement. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers; (1) technical capability (2) past performance and (3) price. The offerors shall identify where the offered item meets or does not meet each of the Government functional and performance minimum specifications listed herein. Responses shall include literature, brochures, and other such information corresponding to the required items which demonstrate the capabilities of the offeror's equipment. The following FAR clauses and provisions apply: FAR 52.232-18, Availability of Funds, FAR 52.212-1, Instruction to Offerors - Commercial Items; the following addenda apply to FAR provisions 52.212-1: Paragraph (h) multiple awards, is not applicable to this requirement: 52.212-2 Evaluation-Commercial Items; with the following evaluation criteria; awarded to a technically acceptable offeror, at a fair and reasonable price; All evaluation factors other than price, when combined, are approximately equal to price: FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, shall be completed and submitted with proposals; FAR clause 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; the following clauses are hereby incorporated by reference in paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I: 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity: 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns: 52.219-14, Limitations on Subcontracting: 52.222-26, Equal Opportunity: 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era: 52.225-3, Buy American Act-Supplies. Offers in original and two (2) copies shall be received by 3:00 p.m. local time, September 3, 1996, at the Federal Bureau of Prisons, Mid-Atlantic Regional Office, Att. Mary Doyle, Contracting Officer, 10010 Junction Drive, Suite 100-N, Annapolis Junction, MD 20701. All offers shall be clearly marked with the offeror's name and RFP number. For additional information, questions, and availability of forms, please contact Mary Doyle at (301) 317-3227. (226)

Loren Data Corp. http://www.ld.com (SYN# 0438 19960815\70-0002.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page