Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2008 FBO #2490
SOLICITATION NOTICE

66 -- BioView Semi-Automatic Scanner System

Notice Date
9/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Center for Health Care Contracting, Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W74MYH81798501
 
Response Due
9/22/2008
 
Archive Date
11/21/2008
 
Point of Contact
Edward J. Domowski, 210-221-3340<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The combined synopsis/ solicitation number is W74MYH81798501. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-23. The associated North America Industry Classification System (NAICS) Code is 334515. This requirement is Unrestricted. The Government contemplates award of a Firm-Fixed Price contract. Description of Requirement: Accord Semi-automated Scanner System Manufacturer: BioView Inc. 1 EA BV Accord AF Semi-Automatic Scanner 1 EA BV HER2 AF FISH Analysis Application software for Tissue Samples: HER2/NEU probes, Break-apart and fusion probes 2 EA Copy of Maintenance Manuals VENDORS OFFERING OTHER THAN BRAND NAME PRODUCT SHALL MEED OR EXCEED THE FOLLOWING SALIENT CHARACTERISTICS: The Semi-Automated Scanner System shall have the following qualities: -FDA approved 1.Instrumentation: -has fluorescent microscope with automated z-stacking option and automated filter wheel -has non-motorized stage for single slide -has DVD for case archiving -has flat, high resolution display monitor -has 3-CCD color camera 2.Firmware/instrument control -has computer system with network connection for remote support -has custom developed application for Tissue FISH for Break-apart and Fusion Probes in included in the system -has remote access ability that allows pathologists in remote locations around the world to see and review the anlayzed cases prepared locally and is a form of global quality control and as an excellent pathology teaching tool. -has Automatic Segmentation of Field of View into individual nuclear areas provides a fast way to eliminate irrelevant non-tumor cells from the anlaysis and results in precise monitoring of pathological cells only. -on-site training -One-year factory warranty Acceptance shall be at destination. Shipping shall be FOB Destination to: Armed Forces Institute of Pathology, Property Management Branch, 6825 16th Street NW, Bldg 54, Washington, DC 20306 1. Accord Semi-automatic scanner Qty: 1Ea Unit price_________ Part # BV-ACCORD-AF Alternate part# ___ 2. FISH Analysis Application Software Qty: 1Ea Unit price______ 3. On-site Installation Qty: 1EA Unit price________________ 4. Copy of Maintenance Manuals Qty: 2Ea Unit price__________ Note: Shipping FOB Destination no charge for shipping to be included. The following provisions and clauses will be incorporated by reference: FAR 52.212-1 Instruction to Offerors Commercial Items FAR 52.212-2 Evaluation Commercial Items The contract will be awarded to the Best Value with consideration for: 1. Technical Acceptability in order to be considered technically acceptable, vendors must demonstrate that all items proposed (if other than brand name) meet or esceed the salient characteristics listed above. 2. Price all proposals will be evaluated in accordance with the following criteria: technical capability (compliance with the requirements of FAR Clause 52.211-6 if vendor offers an Equal Product) and price, with technical capability being significantly more important than price. Clause 52.211-6 (and other clauses throughout this solicitation can be viewed and can be downloaded by accessing the website listed in this solicitation. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. FAR 52.212-3, Offerors Representations and Certifications Commercial Items- Vendors shall include a completed copy of FAR provision 52.212-3 with their offer. An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. FAR 52.212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 to include the following Defense Federal Acquisition Regulation Supplement (DFARS) clauses 252.232-7003 Electronic Submission of Payment Requests and 252.211-7003 Item Identification and Valuation FAR 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-13 Restrictions on Certain Foreign Purchase FAR 52.225-18 Place of Manufacture FAR 52.247-34 FOB Destination FAR 52.252-1 Solicitation Provisions Incorporated by Reference web sites are: www.arnet.gov; www.farsite.hill.af.mil;www.dtic.mil/dfas; www.ccr.gov FAR 252-252-2 Clauses Incorporated by References DFARS 252.204-7004 Alternate A Central Contractor Registration DFARS 252.211-7003 Item Identification and Valuation DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition with the following sub DFARS clauses that apply: 252.203-3 Gratuties 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests 252.247-7024 Notification of Transportation of Supplies by Sea Quotations must be signed, dated and received by 11:00 AM CST September 22, 2008 via fax at 210.221.5402 or email to edward.domowski@amedd.army.mil. All quotations from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation contact Edward Domowski, Contract Specialist, via email at edward.domowski@amedd.army.mil. NO TELEPHONE REQUESTS WILL BE HONORED
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=26edf1c92ceb37bfcc0b1e398dc4f081&tab=core&_cview=1)
 
Place of Performance
Address: Center for Health Care Contracting ATTN: MCAA C BLDG 4197, 2107 17TH Street Fort Sam Houston TX<br />
Zip Code: 78234-5015<br />
 
Record
SN01675499-W 20080920/080918224207-26edf1c92ceb37bfcc0b1e398dc4f081 (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.