Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2003 FBO #0548
SOLICITATION NOTICE

W -- Lease of ChromaVision ACIS II Imaging System

Notice Date
5/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Research Contracts Br., 6120 Executive Blvd. EPS Suite 600, Rockville, MD, 20852
 
ZIP Code
20852
 
Solicitation Number
NCI-RFQ-30051-01-NV
 
Response Due
6/17/2003
 
Archive Date
7/2/2003
 
Point of Contact
Deborah Moore, Purchasing Agent, Phone (301) 402-4509, Fax (301) 402-4513, - Caren Rasmussen, Lead Contract Specialist, Phone (301) 402-4509, Fax (301) 402-4513,
 
E-Mail Address
dm170b@nih.gov, cr214i@nih.gov
 
Description
This is a combined synopsis/solicitation for the lease of a commercially available ChromaVision ACIS Model Number II, prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation, No. RFQ-NCI-30034-01-NV includes all applicable provisions and clauses in effect through FAR FAC 01-13. The acquisition is being made in accordance with the test program for using simplified procedures for certain commercial items authorized in FAR 13.6. The North American Industry Classification code is 532490, and the business size standard is $6M. This solicitation is not set-aside for small businesses. Background: The Molecular Profiling Core requires an imaging system that allows to quantitatively analyze immunohistochemistry, DNA ploidy, microvessel density and tissue microarrays which will be used in the processing of tumor, bone marrow, skin or buccal biopsies of patients with breast and other types of cancers treated in various clinical trials. The ACIS II has a proprietary color space transformation which uses a three-dimensional plot of color coordinates, by hue, saturation and intensity. The imaging systems has received a 510K FDA clearance for use as an aid in the management, prognosis and prediction of therapy outcomes of breast cancer and/or other types of cancers. Features of ACIS II: 1) Multi-application Platforms (collects objects then allows for quantitative and morphometric analysis); 2) Proprietary Color space transformation sets up color thresholds for recognizing stains on a glass slide using a three-dimensional plot of color coordinates, by hue, saturation and intensity in which every pixel of color can be plotted in three-coordinate color space; 3) Multi-objective automatic scanning with levels of resolution an zoom capabilities of 4X, 10X, 20X, 40X and 60X; 4) processing of up to 100 slides barcode linked to applications; 5) proprietary Silhouette Scanning of specimens that range from fine needle biopsies to multiple tissue sections; 6) PC anywhere software that allows ChromaVision customer service performs remote system upgrades, diagnoses a problem or services the instrument by modem access; 7) Auto-calibration with printed report; and 8) has 510k FDA clearance for In Vitro Diagnostic use which states ?It is indicated for use as an aid in the management, prognosis and prediction of therapy outcomes of breast cancer.? Statement of Work/Lease Agreement: 1) The contractor shall provide all labor, materials and equipment to lease with the option to purchase a full ChromaVision ACIS II as described in Features above. 2) The lease shall include installation of the ChromaVision ACIS II in a to be determined building at the NIH campus in Bethesda, Maryland. With the Original Equipment Manufacturer?s standard commercial warranty. 3) The contractor shall provide all maintenance and replacement parts necessary to maintain the equipment in operating order. Maintenance includes all updates made by the Manufacturer to the software. 4) The Equipment shall be delivered and installed ready for operation No Later Than July 31, 2003 and arrangements for delivery and installation shall be coordinated through the end user (name and phone number to be provided at time of award). 5) Title of the equipment shall transfer to the Government upon exercise of the option to purchase (if exercised). 6) The Government and the Contractor understand that this is a lease arrangement and contemplates the use of the product for the term of the lease. 7) Upgrades and Additions: The Government may affix or install any accessory, addition, upgrade, product or device on the equipment provided that such additions a) can be removed without causing material damage to the product; b) do not reduce the value of the product, and c) are obtained from or approved by the Contractor, and are not subject to the interest of any third party other than the Contractor. Any other additions may not be installed without the Contractor?s prior written consent. 8) Buy-Down ? In the event the Government desires, at any time, to acquire title to the equipment leased hereunder, the Government may make one or more payments in addition to the scheduled lease payments to reduce a) reduce the amounts of subsequent lease payments, b) are applied against future individual lease payments, c) reduce the term of the lease, or d) results in some combination of a, b, or c. 9) Acceptance ? The date on which the Government accepts the product in the Commencement Date of the lease. For acceptance to occur, the product must operate in accordance with the product?s published specifications and statement of work. Inspection and Acceptance shall be in accordance with FAR 52.212-4. 10) Contract Period: - Date of acceptance through 12 months; with two one year options if exercised by the Government. The Government has the option to renew each year at the original rate in effect at the time the order is placed. No termination fees shall apply if the Government does not exercise an option. 11) Expiration/Termination ? a)Upon expiration of the lease or termination of the lease, the Government will return the equipment to the contractor unless the Government by 30 days written notice elects either: (1) to purchase the equipment for the residual value; or (2) exercise of an option; b)With in fourteen (14) work days after the date of expiration, non-renewal or termination of the lease, the Government shall, at its own risk and expense, have the equipment packed for shipment in accordance with the manufactory?s specifications and return the product to the Contractor at the location specified by the Contractor in the continental U.S. in the same condition as when delivered, ordinary wear and tear excepted. Any expenses necessary to return the equipment to good working order shall be at the Government?s expense. c) The contractor shall conduct a timely inspection of the returned equipment and within 45 days of the return, assert a claim if the condition of the product exceeds normal wear and tear. d) Equipment will be returned in accordance with the terms of the contract and in accordance with Contractors instructions. e) Software ? the Government shall state in writing to the Contractor that it has: (1) deleted or disabled all files and copies of the software from the equipment on which it was installed; (2) returned all software documentation, training manuals, and physical media on which the software was delivered; and (3) has no ability to used the returned software. 12) Relocation ? the Government may relocate products to another location with the Government with prior written notice to the Contractor. No other transfer, including sublease shall be made by the Government. 13) Option to purchase shall be exercised no later than sixty (60) days prior to the last day of the term of the lease. Payment of the option (if exercised) shall be made upon receipt of an invoice at an address to be designated at award. Purchase price $______________. 14) Risk of Loss or Damage ? The Government is relieved from all risk of loss of damage to the product during periods of transportation, installation and during the entire time the equipment is in possession of the government, except when loss or damage is due to the fault or negligence of the Government. 15) Title ? During the lease term, the equipment shall always remain the property of the Contractor. The Government shall have no property right or interest in the product except as provided in this leasing agreement and shall hold the equipment subject and subordinate to the rights of the Contractor. 16) 52.217-9 ? Option to Extend the Term of the Contract (Mar 2000) shall apply to this order. (a) The Government may extend the term of this contract by written notice to the contractor provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years. 16) Payment shall be made monthly in arrears. Offerors must provide descriptive literature, or other materials that demonstrate that their offer meets the foregoing requirements. The contract will be awarded to the responsible offeror with the lowest-price offer that fully meets the requirements of the solicitation. This solicitation incorporates the provisions at FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS, and at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS. The latter provision includes the DUNS Number Addendum. The resulting contract will incorporate the requirements of the clause at FAR 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS, and the requirements contained in paragraphs (a) and (d) of the clause at FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS - DEVIATION FOR SIMPLIFIED ACQUISITIONS. The contract will also incorporate the following FAR clauses cited in paragraphs (b) and (c) of the latter clause: FAR 52.222-26, EQUAL OPPORTUNITY; FAR 52.222-35, AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERANS; FAR 52.222-36, AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS; FAR 52.222.37, EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS AND VETERANS OF VIETNAM ERA; and FAR 52.225-3, BUY AMERICAN ACT - SUPPLIES. Offers are due June 17 at 1:00 p.m. EDT. Facsimile and email submission are not authorized. Offers must be in writing and should be submitted as follows: (1) one original and two copies of a completed SF 1449, signed by an individual authorized to bind the organization; (2) a Schedule of Offered Supplies/Services containing pricing for the system being offered, published price lists (if applicable), and a delivery schedule; (3) completed Representations and Certifications - Commercial Items, with DUNS Number addendum; (4) descriptive literature indicating that the offer meets the stated requirements; (5) acknowledgment of amendments, if any. The Representations and Certifications must be signed by an authorized representative of the offeror. Full text copies of the Representations and Certifications or other cited provisions and clauses may be obtained from Debbie Moore, Purchasing Agent, on (301) 402-4509 or by fax on (301) 402-4513. Offers and related materials must be submitted to Debbie Moore at the listed address. Offers that fail to furnish the required information or reject the terms and conditions or statement of work/lease agreement of the solicitation may be excluded from consideration. Please cite the solicitation number on your offer. Any questions must be submitted in writing and may be e-mailed to dm170b@nih.gov or faxed to 301-402-4513. It is the vendor?s responsibility to call 301-402-4509 to insure questions have been received.
 
Record
SN00334109-W 20030531/030529213329 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.