Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2007 FBO #2106
SOLICITATION NOTICE

66 -- IHC STAINER

Notice Date
8/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Linda Kelly, Contracting 90C;One Veterans Drive, Building 68;Minneapolis MN 55417
 
ZIP Code
55417
 
Solicitation Number
VA-263-07-RQ-0143
 
Response Due
9/14/2007
 
Archive Date
10/14/2007
 
Small Business Set-Aside
Total HBCU
 
Description
This is a combined SYNOPSIS/SOLICITATION for a fully automated ImmunoHistoChemistry (IHC) and In Situ Hybridization (ISH) Staining System, a commercial item, this combined synopsis is prepared in accordance with the format found in Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation of Commercial Items, as supplemented with additional information included in this notice. This announcement incorporates provisions and clauses in effect through FAR FAC 2005-19 and VAAR 97-10. THIS FBO ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND BID DOCUMENT THAT WILL BE ISSUED, A SEPARATE WRITTEN SOLICITATION BID DOCUMENT WILL NOT BE ISSUED - CONTRACTOR IS TO SUBMIT PROPOSALS ON HIS/HER COMPANY LETTERHEAD OR COMPANY BID FORM. The VAMC Minneapolis MN Contracting Office will conduct this procurement in accordance with a combination of FAR Parts 12 and 13. The North American Industry Classification (NAICS) Code that applies is 334516 for Analytical Laboratory Instrument Manufacturing and the Small Business Size Standard is 500 Employees. This combined synopsis/solicitation will result in a firm fixed price contract and corresponding purchase order. Description/Specifications/Statement of Work: The VA Medical Center, Minneapolis, MN, has a requirement for a fully automated IHC/ISH Staining System for high demand Cytology and Histology Surgical Pathology Laboratory services. The system required will be used to support the laboratory in solid tissue paraffin sections and cytology block sections testing. Staining System requirements include: (1) a fully automated IHC/ISH stainer (2) instrumentation must have, at a minimum, a 30-slide capacity (3) The IHC/ISH stainer must be capable of staining tissue in 3.5 hours or less, in order to allow for two runs of same day diagnosis. (4) The system shall utilize the same detection system for both IHC and ISH. (5) System shall be set up for on-line retrieval (6) the IHC/ISH Stainer shall provide start to finish processing, on line, to include deparaffinization, staining, and counter-staining (7) The instrumentation shall support random access testing for continuous sample processing or the ability to load more than one run after a previous run has been initiated. (8) instrument must separate non-hazardous waste from hazardous waste (9) the instrument must have a small footprint (10) stain system shall provide a superior quality slide using an ultra sensitive stain that clearly defines, amplifies and enhances cell appearance, providing bright, intense, crisp and clear cell images with minimal background. (11) A modular system is required that would allow up to five additional processing units to be added to the system as workload demand increases. (12) The instrument must have a completely open antibody system. (13) system shall utilize a Polymer Detection System to avoid interference from endogenous biotin. (14) The instrument shall allow In Situ Hybridization to be run simultaneously with Immunohistochemistry. (15) The instrument shall have liquid level sensing, only allowing the instrument to begin if enough reagent to finish the run is available. (16) The IHC/ISH stainer shall have optical character recognition. (17) The instrument shall have digital image capture. (18) The IHC/ISH stainer must work with any slide label. (19) The instrument must have on board bulk reagents. (20) The IHC/ISH instrument must be cost-efficient to operate. All price-per-test comparisons should include: all reagents and supplies necessary for processing of the slide, including, but not limited to, slide labels, wash solutions, polymer detection kits, epitope retrieval solutions, and disposable supplies. Primary antibody costs should be excluded, but the quote should include the cost of any required containers for primary antibodies. (21) The IHC/ISH instrument must provide reliable and high-quality IHC staining, including that of formalin-sensitive epitopes, commonly seen on lymphoid cells. (22) The IHC/ISH stainer must track reagent inventory. (23) The software feature of the IHC/ISH system must include: (a) On board QC data management system. (b) ASTM standard compatible HL7 standard compatible. (c ) Bidirectional communication (24) The control system for the IHC/ISH instrument must include: (a) Monitor (b) Keyboard (c) Computer (d) Bar Code Scanner (e) Label printer (f) Paper printer (g) Uninterrupted Power Supply (h) Power Conditioner (25) Support Features required for the system include: (a) Waste Analysis: Vendor will provide a complete chemical analysis of waste to include mercury, Na azides, and carcinogens. The instrument must be a low waste-volume generator. (b) Training: Contractor shall provide adequate training at the time of equipment installation. The training shall include off-site training for one key operator, to include all training required to be certified an expert and be independently responsible for the instrument. Off site training will include all modules required on the operation of the system, data manipulation, basic trouble-shooting and repair. Training will include on-site, operational training of all other end user lab personnel Vendor will assist the key operator in the system set up and the staining run set up. (c ) Maintenance: A technical assistance service call center must be available 24 hours a day Monday through Friday. (26) Warranty: Contractor shall guarantee the equipment against defective material, workmanship and performance for a period of one year from date of acceptance of a fully operational system by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material which are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation. Cost of installation and of replacement material and parts shall be borne by the contractor. (27) Delivery Terms shall be FOB Destination and delivery of complete system shall be within 60 days receipt of an order. Delivery shall be made to the VA Medical Center, One Veterans Drive, Warehouse Bldg 70, Minneapolis, MN 55417. The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR). The following Federal Acquisition Regulations clauses and provisions shall apply to this solicitation: 52.252-1 Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference: FAR 52-212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; provisions at FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; 52.212-3, Offeror Representations and Certification, Commercial Items, the contractor shall either: (1) return a completed copy of this provision with its quote (a copy of the provision may be obtained from http://www.arnet.gov/far); or (2) complete the Online Reps and Certs. Application (ORCA) at http://www.bpn.gov and reference it in your quote. 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. The following factors shall be used to evaluate offers and are listed in descending order of importance: Technical Capability to meet the Governments Requirements; Past Performance, Price and price related factors. Contractors wishing to respond to this notice must submit clear and convincing evidence that they can meet the requirements listed above. Interested parties that feel they have the ability to meet the requirements must submit in writing their qualifications and capabilities information including technical data and pricing to this office for consideration. Such qualifications, capabilities and pricing will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. RESPONSES ARE DUE FRIDAY SEPTEMBER 14, 2007, by 3:30 p.m. central standard time. Submit faxed quotation to Linda Kelly at 612-467-2072 with the signed original document forwarded by mail to attention of Linda Kelly, Contracting Officer (90C), VA Medical Center, Bldg 68, Room 143, One Veterans Drive, Minneapolis, MN 55417. Signed original is not required by due date, as long as a faxed or e-mailed copy is received prior to due date and time. Electronic Mail may be used to submit quotations provided there is a scanned electronic signature. However faxed and electronic mail is submitted at the contractor's own risk, large pdf. files may not be transmittable as VA computer systems may not accept files over 2.5 MB. Electronic proposals shall be submitted to linda.kelly2@va.gov Contractors may contact Linda Kelly at 612-467-2183 for more information regarding this solicitation.
 
Place of Performance
Address: VA Medical Center;One Veterans Drive;Minneapolis MN
Zip Code: 55417
Country: USA
 
Record
SN01392088-W 20070902/070831220852 (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.