Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2007 FBO #1882
SOLICITATION NOTICE

66 -- Tissue Processor VA St Louis MOSt. Louis, MO

Notice Date
1/19/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Veterans Affairs;VISN 15 Contracting Office;4101 S. 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA-255-07-RQ-0123
 
Response Due
1/24/2007
 
Archive Date
2/23/2007
 
Description
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 and a written solicitation will not be issued. This solicitation RFQ is being issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-11. The North American Industry Classification System (NAICS) number is 423450 and the business size standard is 100. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. See below for list of equipment required. If the quote is for an equal product, specification sheets, manufacturer and part number of the item must be included in quotation. The Department of Veterans Affairs, John Cochran VA Medical Center Building 1, room D209 915 N. Grand Blvd. St. Louis, MO 63106 Has a requirement for the following Item(s): Offers to provide Brochure and Quotes for High End Tissue Processor for Laboratory use. Tissue Processor on GSA Contract should have the Contract Number listed on the quote. Open Market and GSA Quotes accepted. Line Item 1) Tissue Processor shall - be able to store up to Twenty user-defined processing programs - Have 4 mixing modes, slow, fast, continuous and Off - Have 1 Gate Valve and 1 Rotary valve to reduce valve cycling - Have separate retort fluid In and Out Ports, the reagent being pumped in from the top of the retort and drained from the bottom - Have a stainless steel work surface designed to hold at least one utility tray - Have Password protection, one manager password and one user password. - Have automatic Paraffin degassing during processing - Have 2 User defined Cleaning Cycles - Have User-Defined Reagent Usage Limits, which will alert User automatically when one or more Limits are reached. - Have 4 removable paraffin stations with user-selectable volumes of 2.7L and 3.7L. - Have User able to adjust the reagent volumes to handle between 1 and 150 cassettes and 151 and 300 cassettes - Have Waste station for discarded reagent - Have User-defined warm water flush program, with up to five stations programmed for flush procedure. - Have reagent volumes no more that 2.7L for up to 150 cassettes and no more than 3.7L for up to 300 cassettes. - Have external metered drain and fill capability. - Have the user able to rinse the retort and the tubing using external drain and fill port of the cleaning station. - Have pump-out process with reduced carryover. - Be able to verify each bottle connection before a run is started. - Have secure Paraffin container connection. - Have programmable automatic reagent rotation during the processing or on demand. - Have fast and easy access to retort. - Have two ultrasonic sensors to accurately monitor fluid levels without maintenance. - Have a screen saver mode to preserve the life of the Display. - Selected Vendor will perform initial assemble, set up, and user training, on-site. - Shall include one full year warranty to include PM's parts service and travel. Line Item 2) Cost one year Full Service support covering PM's parts service travel. Total Cost The Contractor is responsible for all freight charges. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item, the Government will award a Purchase Order resulting from this solicitation to the responsible Offeror based on Best Value, price and other factors considered. Offerors shall submit descriptive literature, -technical features, and warranty provisions. Price will be evaluated to determine its fairness, completeness and reasonableness as it relates to the items offered. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer as applicable. 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, to include clauses: 14,15,16,17,18,19, 20, 23, 24, 31, and 32. The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the Offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the Offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an Offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. VAAR 852.219-70, Veteran-owned Small Business; 852.270-4, Commercial Advertising. Quotations shall include the RFQ number, the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, and point of contact, address, phone number, fax number, tax identification number, DUN number, and size status (i.e., small business, disadvantaged business or woman owned business). Upon request, the contracting officer will make their full text available. Offers submitted no later than NOON CST Wednesday 24 Jan 2007 Offers can be Faxed, Emailed or Mailed. Fax - 913-758-649 Email - Julian.Lake@va.gov Mail : VA Heartland Network 15 (10N15-90) Contracting Office, 4101 S. 4th St. Trafficway, Leavenworth, KS 66048. Attn.: Julian Lake, Contracting Officer, You may contact Julian Lake, Contract Specialist at Julian.Lake@va.gov Phone 913-758-6408 Laboratory Contact - Powell, Susan 314-652-4100 ext. 4105
 
Record
SN01215378-W 20070121/070119220622 (fbodaily.com)
 
Source
FedBizOpps 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.