|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7,1998 PSA#2154Department of Veterans Affairs, Great Lakes Healthcare Systems, Great
Lakes Acquisition Center, Bldg. 5, 5000 West National Ave., Milwaukee,
WI 53295 W -- LEASE IMMUNOSTAINER SOL 69d-072-99 DUE 082398 POC Michael
Cunningham, Contracting Officer (414) 902-5407 The Great Lakes
Acquisition Center intends to award a contract for lease of an
Automated Immunostaining System, for the VA Hospital, Fifth and
Roosevelt Road, Hines IL, for the base contract period of October 1,
1998, through September 30, 1999, plus two, one-year options to renew,
to immediately follow the base contract period. 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. Quotes are being requested under RFQ 69D-072-99 and
a written solicitation will not be issued. Solicitation documents and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-04. This procurement is a 100% Set Aside for
Small Business Concerns. SIC (3826). Contractor shall provide: ITEM #1
-- Lease of Automated Immunostaining System for 12 months -- with
separate pricing for each of two, optional, additional 12 month periods
immediately following the first period; ITEM #2 -- 9 each visualization
kits (i.e., reagents) for the initial 12 month period -- plus 9 each
visualization kits in each of two, additional, optional 12 month
periods. ITEM #3 -- Discount for trade-in of the VA-owned Ventanna
Biotek Immunostainer Tek-mate 1000, serial #10084, PM #6640-6567.
Specifications for Item #1: Technical Features: The immunostaining
system must have the capability of staining a variety of specimens
including paraffin sections, frozen sections, cytospins, touch preps
and fine needle aspirations using an open reagent system that is
compatible with the antibodies that are currently in use. This would
eliminate the need to retest optimal dilutions. The antibody
methodologies must perform at ambient temperatures only.
Temperature-dependent equipment introduces a negative variable. A
discrete operating slide system with the on-board availability of
multiple antibody protocols is also a requirement. Operational
Features: The Immunostaining System must provide horizontal processing
of slides to avoid the capillary gap system. (The capillary gap system
employs specific slides that are a notoriously expensive consumable
supply.) It must also have the capability of walk away processing with
programmatic timing. As a safety feature, the equipment must have
distinct hazardous and non-hazardous waste systems. A variable volume
dispensing system is a critical feature to accommodate specimens of
different size and thickness. The system must also have the capability
of dispensing reagents to specific areas of the slide. Hardware
Features: The equipment must have the capacity to process a minimum of
48 specimen slides. The space requirement for reagent storage must be
minimal; however, it must have on-board storage of at least 50 reagent
vials to accommodate multiple antibody protocols. The robotic
dispensing head must have a fixed, stainless steel, teflon-coated probe
to avoid the additional expense of disposable pipette tips. Hardware
components of the equipment must include a computer system for
maintenance of an antibody reagent inventory and a computer printer to
print log of test runs. The physical size of the equipment hardware
must not exceed 30 inches in depth and 75 inches in width and must be
easily portable. Year 2000 Compliance: All equipment, replacement
parts, components, hardware, software and firmware containing
information technology delivered under this contract shall be Year 2000
Compliant. Year 2000 Compliance means that information technology
accurately processes date/time data (including, but not limited to,
calculating, comparing, and sequencing) from, into, and between the
twentieth and twenty-first centuries, and the years 1999 and 2000 and
leap year calculations. Additional Information for Item #2: The
quantity of 9 each, Visualization Kits, per year, is the minimum that
the VA guarantees to purchase per year. The VA shall have the right to
purchase, from time to time, additional Visualization Kits, in any
individual order quantity, up to a maximum of 27 additional
Visualization Kits per year, at the same unit price as the first 9
Visualization Kits. Firms are encouraged to offer quantity discounts
for Visualization Kits that the VA may purchase that are over and above
the first 9 per year. In addition, warranty service is required for the
first 12 month period of the lease but not for the two, optional 12
month periods. The purchase order will be issued to the vendor whose
quote is most advantageous to the VA considering price and other
factors, such as the quality and reliability of the Past Performance of
the equipment and reagents. So that the VA can evaluate Past
Performance, vendors must provide, with their quotes, at least 3
references from customers who are currently using equipment and
reagents identical to that being quoted, including: contact person,
phone number and company name. Vendors must also provide, with their
quotes, information (e.g., commercial literature) demonstrating that
their equipment and reagents meet all the requirements specified above.
The offeror is also required, as part of the offer, to provide
documentary evidence that equipment, replacement parts, components,
hardware, software and firmware offered is Year 2000 Compliant. A copy
of the warranty must also be provided. Price will be evaluated by
totaling the prices for ITEMS #1, 2 (the first 9 each only) & 3 for the
Base Contract Period and both Option Periods. Any discounts offered for
reagents over and above the first 9 kits per year will be evaluated
separately. For ITEM #1, delivery is required within 30 calendar days
after the date of receipt of the order by the vendor. For ITEM #2,
Visualization Kits will be ordered from time to time as needed by the
VA. Delivery shall normally be required within 14 calendar days after
the VA places the order. For infrequent emergency orders of ITEM #2,
delivery is required within 2 calendar days. The contractor shall
remove the VA-owned equipment being traded in under ITEM #3 within 30
calendar days after receipt of order by the vendor and shall also be
responsible for the cost of removing and shipping the equipment. This
will be a firm fixed price contract. FOB is Destination. Payment for
ITEM #1, and for the first 9 each of ITEM #2, will be made quarterly in
arrears on certified invoices. Payment for any Visualization Kits over
and above the first 9 per year will be made within 30 days after
delivery and acceptance by the VA. The discount for trade-in of the
VA-owned Ventanna Immunostainer shall be deducted from the total of the
prices for ITEM #1 and the first 9 each of ITEM #2 for the base
contract period. The following incorporated provisions and clauses are
those in effect through FAC 97-04 and are applicable to this
acquisition. 52.212-1, Instructions to Offerors -- Commercial Items;
Addendum to FAR 52.212-1, Paragraph (b) (5): Offerors shall provide an
express warranty which at a minimum shall be the same warranty terms,
including offers of extended warranties, offered to the general
public; 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; 52.222-3, Convict Labor;
52.233-3, Protest After Award; 52.219-14, Limitation 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; 52.225-18 European Union Sanctions for End Products;
52.217-9, Option to Extend the Term of the Contract; 52.232-18,
Availability of Funds; 52.232-19 Availability of Funds for the next
Fiscal Year; 852.219-70, Veteran-owned Small Business; 852.270-4,
Commercial Advertising; Offerors must include a completed copy of the
provision at 52.212-3, Offeror Representations and
Certifications-Commercial Items, with its offer. Quotes shallbe
submitted on company letterhead to: Great Lakes Acquisition Center,
Mike Cunningham, Contracting Officer, 5000 West National Ave., Building
5, Milwaukee WI 53295 by (4:30pm) CST on (08/21/98). Faxing of quotes
is OK. Fax number: (414) 902-5464. Point of Contact: Mike Cunningham,
(414) 902-5407. Posted 08/05/98 (W-SN233091). (0217) Loren Data Corp. http://www.ld.com (SYN# 0129 19980807\W-0002.SOL)
W - Lease or Rental of Equipment Index Page
|
|