Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2005 FBO #1342
SOLICITATION NOTICE

66 -- Trestle Robotic System with slide loader and digital slider server

Notice Date
7/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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
RFQ-NCI-50103-NG
 
Response Due
8/12/2005
 
Archive Date
8/27/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR 12, 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 includes all applicable provisions and clauses in effect through FAR FAC 2005-04 (July 2005). The acquisition is being made in accordance with the test program for using simplified procedures for certain commercial items authorized in FAR 13. This acquisition is set-aside for small businesses. The North American Industry Classification System code is 334516 and the business size standard is 500 employees. The National Cancer Institute (NCI) Center for Cancer Research (CCR) plans to procure a Trestle Robotic System with slide loader and digital slider server. Requirements: NCI plans to procure the following part numbers from Trestle Corporation: 1) TC-RB-B-DSM: MedMicro-single slide robotic, DSM, 2) TC-SL50: Slide loader 50 hardware and software module for DSM, 3) TC-MMV: Medmicro viewer software with twelve (12) month software license, 4) TC-DSS-S: DSS: Web viewer and server software for DSM software only, 5) TC-SUP: software support for twelve (12) months and, 6) TC-PS: one (1) day training and installation. The following salient characteristics apply to the Trestle Robotic System - MedMicro: 1) use standard personal computers (PC) to connect microscope to the internet, to allow users to view, navigate and share slides via the internet, 2) Images appear in real time 24 bit true color, 3) must connect to Internet Protocol (IP) for use over the internet and Local Area Network (LAN) and, 4) Operating System, Windows 2000, 128MB Ram, 50MB of free hard drive space. The following salient characteristics apply to the Slide Loader System: 1) 50 slide capacity, 2) 100 plus slice per hour throughput capacity, 3) high fidelity 24 bit imaging, 4) full microscope navigation both onsite and remotely, 5) remote digital slide arm, 6) slide loader controller and, 7) capacity to hold five (5) trays each holding up to ten (10) slides. Slides must be able to be removed and inserted during operation. The instrument shall be delivered FOB Destination to the National Cancer Institute, Center for Cancer Research, Building 37, in Bethesda, Maryland. Instrument shall be delivered thirty (30) days upon receipt of purchase order. Instrument shall be shipped ready for installation. Installation: Contractor shall install the equipment two (2) weeks upon delivery. Payment: Payment shall be made after delivery and installation of equipment. BASIS FOR AWARD: 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 this solicitation. Please submit one (1) original plus one (1) copy of entire quotation. CONTRACT AND PRICING DOCUMENTS: 1) Signed 1449 (page 1, 17a, 21, 22, 23, 24, 26, 30a, 30b, 30c and other pricing information. (Schedule of Offered Supplies/Services containing pricing for the system being offered, published price lists (if applicable), and a delivery schedule, 2) Signed amendments (if applicable) and 3) Representations and Certifications (Contractors must be registered in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA) in order to receive an award). Provisions and Clauses: 52.211-6 ?? Brand Name or Equal, FAR 52.212-1, INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS and FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS, along with the DUNS NUMBER ADDENDUM. The resulting contract will incorporate FAR 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS and FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS ? COMMERCIAL ITEMS. The following FAR Clauses cited in paragraph (b) of the clause at 52.212-5 are applicable to this acquisition. Additional FAR clauses apply: FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR, 52.222-3 Convict Labor; FAR 52.222-19 Child Labor ? Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Records on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.232.32, Payment by Electronic Funds Transfer ? Central Contractor Registration, and. FAR 52.225-3, BUY AMERICAN ACT - SUPPLIES. Offers are due August 12, 2005 at 1 PM EDT. Offers must be in writing and shall contain the information stated under Contract and Pricing Documents. Quotations can be mailed to address: National Cancer Institute, Research Contracts Branch, 6120 Executive Boulevard Room 6072, Rockville, Maryland 20852-7194 to the attention Malinda Holdcraft, Contract Specialist. It is the responsibility of the contractor to ensure that the quotation has been received on the due date and time specified above. Note, as stated above, Contractor must be registered with the Central Contractor Registration (CCR) www.ccr.gov and the Online Representations and Certifications Applications (ORCA) http://orca/bpn.gov, in order to receive an award. Interested offerors may obtain the forms and FAR Clauses via the acquisition web site at http://www.arnet.gov/far. Please note the SF1449 form is not available under this website. Please refer to www.gsa.gov to obtain form. If you have any questions pertaining to this solicitation, they must be in writing via electronic mail or fax to holdcram@exchange.nih.gov or 301-402-4513. No collect calls will be accepted. No faxed copies or electronic quotations will be accepted. Please site the solicitation number RFQ-NCI-50103-NG on all correspondence.
 
Record
SN00856660-W 20050730/050728211936 (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.