Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 29,1996 PSA#1710

Miami VA Medical Center, 1201 N.W. 16th Street, Miami, FL 33125-1693

W -- ROBOTIC SERVICES SOL RFP 546-33-97 DUE 111496 POC Cathy A. Pridlides, Contract Specialist (90C), VA Medical Center, 1201 NW 16th St., Miami, Fl. 33125 W - ROBOTIC SERVICES - SOL # RFP 546-33-97 DUE 11/14/96, 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 546-33-97 is issued as a request for proposal. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 42. The Standard Industrial Classification Code (SIC) is 7359. Small Business Size Standard is $5 Million. Contractor shall provide, FOB Destination, rental of (1) one self-guided, trackless robotic courier machine to the VAMC Miami, Pharmacy Service. The robotic courier will travel from the pharmacy to each nursing station throughout the Medical Center and Nursing Home and securely deliver pharmaceutical items from the sterile products pharmacy twenty-four (24) hours per day, seven (7) days a week including holidays. 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. Installation of elevator interfacing shall be paid for by the Contractor. 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, to avoid obstacles and stop in emergency situations. The robot offered must be able to interface and work in conjunction with other robots on station without interference or problems. The safety features and safety controls design shall be a fail-safe system, equipped with flashing warning lights and security locking to prevent unauthorized removal of contents. Owner shall carry liability insurance for personal injury, death or property damage caused by a defect or malfunction of the equipment. Robot shall have a standard storage backpack sufficient in size, type and durablity to transport pharmacy materials. Also to be included with this rental is a rechargeable backup battery good for over twelve (12) hours per day; battery cart; Power-110 volt outlets paid for by contractor; application programming; other consumable supplies necessary for the operations of the robot; instruction and user manuals; service, preventive maintenance and spare parts; elevator interface and installation hardware and labor; door opener interfaces; two (2) radio repeaters and five (5) communication door openers and annunciators. Due to the complexity and size of the area, if more are necessary, price and number required must be stated in the cost breakdown submitted. A site visit to determine the number required must be coordinated with the contracting officer and the using service. Detailed training and instruction shall be provided for hospital personnel by a trained and qualified manufacturer's technician. Training shall take place at the VAMC, Miami 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 Pharmacy Service Management personnel. The minimum allowable amount of downtime for repairs and maintenance shall not exceed 24 hours per week. Downtime shall be computed monthly, and submitted to the owner. Total number of hours downtime shall be computed quarterly and credited to the government by the hour or portion thereof. If the robot is used for demonstration purposes, the user will be credited for one day of service for each demonstration. The contractor will furnish, install and maintain the robot in accordance with manufacturers specifications during the period established in the contract. The Robotic system shall be installed and fully operational within 30 days of notification of award. User must be satisfied that the equipment is suitable for the purposes ordered and satisfied with the operation of the equipment. Rental price offered shall state unit cost of monthly rental fee for the robotic system as well as total cost for a one year (12 month) period. Any additional features required for handling the traffic of two or more robots must be stated and pricing submitted. Contractor shall also state a cost breakdown for all additional accessories or services to be included. This breakdown is to be submitted by item and included with the offer submitted. A Final Grand Total price is to be submitted for monthly and yearly rental cost. Technical information and descriptive literature regarding this system must be provided along with the rental pricing offered. Prices offered must be valid for 60 days. This procurement is subject to the availability of funds. Price, technical capability of the equipment offered to meet the governments requirements, past performance, 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 offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Invoices shall be submitted to the Attention of FRMS. Invoices must include a minimum of the following information: Contractor name, Contract number, Purchase order number, period of service the billing covers, list of equipment items. 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; 52.212-2, Evaluation 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. Additional clauses and provisions are included as an addendum: 52.214-21, Descriptive Literature; 52.215-19, Period for acceptance of offer; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the term of the Contract; 52.232-18, Availability of Funds; 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; 52.232-34, Optional Information for Electronic Funds Transfer Payment; 52.233-2, Service of Protest; 852.210-70, Requirements for Operation and Maintenance Manuals; 852.210-71, Guarantee Clause; 852.210-75 Technical Industry Standards; 852.219-70, Veteran Owned Small Business; 852.233-70 Protest Content. Offers 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.) 11/14/96. Late offers will NOT be accepted. Discussions will be held if necessary. See note number #1. (0299)

Loren Data Corp. http://www.ld.com (SYN# 0081 19961028\W-0001.SOL)


W - Lease or Rental of Equipment Index Page