|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 11,1996 PSA#1677Miami VA Medical Center, 1201 N.W. 16th Street, Miami, FL 33125-1693 W -- ROBOTIC SERVICES SOL RFP 546-26-97 DUE 093096 POC Cathy A.
Pridlides W - ROBOTIC SERVICES - SOL # RFP 546-26-97 DUE 9/30/96, POC
Cathy Pridlides, Contract Specialist, (305) 324-4455 EXT 6464. 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. Solicitation number RFP
546-26-97 is issued as a request for proposal. Incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
41. The Standard Industrial Classification Code (SIC) is 7359. Small
Business Size Standard is $5 Million. Contractor shall provide, FOB
Destination, rental of a self-guided, trackless robotic courier machine
to travel between the Medical Center first floor emergency room and
third floor lab areas transporting specimens, samples and test results
for twelve (12) hours per day, seven (7) days a week. Unit must be
equipped with a keyboard or keypad, built in monitor and a voice to
guide the unit and user. The robot will have a payload capacity of
approx. 100 Lb. Robot must be constructed of sturdy, rugged and durable
materials; run on 24 volt batteries moving at approx. 2 feet per second
and shall be programed with a map of the buildings routes and multiple
locations that the robot will travel, including elevators. The robot
shall have the capability of being programmed by the user to perform
multiple tasks. Robot shall be equipped with multiple safety features,
and visual and ultrasonic proximity sensors and controls, which will
screen the environment so as to avoid obstacles and stop in emergency
situations. The safety features and safety controls design shall be a
fail-safe system and be equipped with flashing warning lights and
security locking to prevent unauthorized personnel from removing
contents. Robot shall also have storage backpack sufficient in size,
type and durability to transport lab specimens. Also to be included
with this rental is a rechargeable backup battery, battery cart,
Power-110 volt outlets, programming, other consumable supplies
necessary for the operations of the robot, instruction and user
manuals, service and maintenance agreement, elevator interface and
installation hardware and labor; door opener interfaces and
annunciators. Detailed training and instruction shall be provided for
hospital personnel by a trained and qualified manufacturer's
technician. Training shall take place at the VA Miami Medical Center on
all shifts. All repairs are to be done on site. Repair/replacement of
any part of the equipment that is not functioning properly must be
performed within 24 hours after notification by the outpatient lab
supervisor of the VA Miami Medical Center. The minimum allowable amount
of downtime for repairs and maintenance shall not exceed 24 hours per
week. The contractor will furnish, install and maintain the robot in
accordance with manufacturers specifications during the period
established in the rental agreement. Rental price submitted shall be
for one year (12 Month) period from 10/1/96 (or date of award) through
9/30/97, citing monthly rental cost for the robotic system. Price also
shall include a cost breakdown of all accessories included. Technical
information regarding this system must be provided along with the
rental pricing offered. Prices offered must be valid through December
31, 1996. This procurement is subject to the availability of funds.
Price, technical capability of the equipment offered, on site training,
and delivery are factors which will be evaluated for award. The
Government will award a firm fixed price contract, resulting from this
solicitation, to the responsible offer which is the most advantageous
to the government, price and other factors considered. Offerors shall
provide a completed set of provisions FAR 52. 212-3 Offeror
Representations and certifications- Commercial Items and technical
literature with this proposal. Provisions and clauses found at
52.212-1, Instructions to Offerors Commercial Items; 52.212-4, Contract
Terms and Conditions-Commercial Items; and 52.212-5, Contract Terms and
Conditions required to Implement Statutes or Executive
Orders-Commercial Items also apply. Proposals shall be submitted on
company letterhead and directed to the attention of Cathy Pridlides, VA
Medical Center (90C), 1201 NW 16th St., Miami, Fl. 33125. The
Solicitation number shall be listed on the outside of the mailing
envelope. All offers must be received by close of business (4:00 PM
E.S.T.) 9/30/96. Late offers will NOT be accepted. Discussions will be
held if necessary. (0253) Loren Data Corp. http://www.ld.com (SYN# 0088 19960910\W-0002.SOL)
W - Lease or Rental of Equipment Index Page
|
|