Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 11,1996 PSA#1677

Miami 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