Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2010 FBO #3193
SOLICITATION NOTICE

66 -- THIN-PREP 5000

Notice Date
8/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Network Contract Manager;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA26310RQ0487
 
Archive Date
9/19/2010
 
Point of Contact
Jennifer A Peterson
 
E-Mail Address
sing
 
Small Business Set-Aside
N/A
 
Description
This is a Combined Synopsis/Solicitation, refer to solicitation number VA-263-10-RQ-0487 entitled "Thin-Layer Cytology Specimen Processing System which will Prepare Non-Gynecologic Samples using a filter method for Pathologic Interpretation of Glass Slides." This document is prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation of Commercial Items and incorporates provisions and clauses in effect through FAR FAC-44 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. A SEPARATE WRITTEN REQUEST FOR QUOTATIONS DOCUMENT WILL NOT BE ISSUED. The VA 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 and the small business size standard is 500 employees. Contractors are requested to submit a written technical proposal and a separate cost proposal in response to the requirements listed below. A firm-fixed price contract is anticipated. Proposal may be submitted on company letterhead or company bid proposal form. All offers submitted must contain the signature of a person authorized by the company to submit proposals. NOTE: The offeror MUST ADDRESS ALL ITEMS listed below in the VA's requirements, by submitting, in a separate technical proposal, an explanation of how the system and products that are proposed will meet each of the VA's minimum requirements. The Contractor's price and technical proposal must contain the name; title and signature of a person authorized to submit proposals/bids on behalf of the contractor. Descriptive literature for equipment offered must also be included in the proposal package. If contractor offers these products on his Federal Supply Schedule, a copy of the FSS contract with the products highlighted shall be included in the proposal. Requirement: The Minneapolis VA Health Care System, One Veterans Drive, Minneapolis, Minnesota 55417, Pathology and Laboratory Medicine Service has a requirement for a "Thin-Layer Cytology Specimen Processing System which will Prepare Non-Gynecologic Samples using a filter method for Pathologic Interpretation of Glass Slides." System must be capable of performing: (1) Support a batch size of 1 to 20 samples. (2) Verify the chain of custody by matching slide and vial identification using barcode or OCR (Optical Character Recognition) formatted labels. (3) Uncap and recap the specimen vial. (4) Accommodate making multiple slides from the same vial. (5) Allow batch processing to be interrupted to run a more urgent sample. (6) The main instrument width must be less than 40 inches. (7) 1 Year Warranty. (8) Installation and On Site Instrument Training to the Cyto Tech and BioMed Tech at No Additional Charge. (9) Provide one (1) software upgrade that is commercially released within a twelve (12) month period from the Delivery Date of System. (10) F.O.B Destination is Preferred. CONTRACTOR'S PROPOSAL MUST INCLUDE: (1) a Technical Proposal addressing each requirement listed above; (2) a Price Proposal with all stock numbers and a cost per item; (3) Descriptive Literature, also include FSS contract if applicable; (4) three references including names and telephone numbers; (5) a completed copy of provisions 52.212-3 Offeror Representations and Certifications or copy of ORCA registration; (6) Provide the FOB point and shipping charges (if applicable); (7) Address time frames associated with, delivery time after receipt of an order, installation and training. (8) Prompt payment terms (9) Equipment Warranty. Evaluation of proposals will include the following evaluation factors: (a) The technical capability of products offered to meet the government's requirements as listed above (b) contractor's reputation in the trade and past performance history (c) price. Award will be made to the offeror determined to offer the "best value to the Government. Technical capability and past performance, when combined, will be weighted significantly higher than price. Evaluation may be made with or without discussion with the offerors. All responsible sources that can meet the requirements and provide the items listed above, may respond to his solicitation by submitting cost and technical proposals on their company letterhead or bid form. Per FAR 52.252-2 - Clauses Incorporated by Reference, and FAR 52.252-1 - Provisions Incorporated by Reference, the following clauses and provisions shall apply to this solicitation. This contract incorporates one or more clauses and provision by reference, with the same force and effect as if they were given in full text. 52.212-1 Instructions to Offerors Commercial Items; FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer; VAAR 852.211-72 Technical Industry Standards; VAAR 852.273-74 Award without Exchanges; 52.212-2 Evaluation - Commercial Items, 52.212-3 Offeror Representations and Certifications, Commercial Items, OFFERORS MUST INCLUDE A COMPLETED COPY of "Offeror Representations and Certifications" along with offer or certify that his company is registered with ORCA; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; VAAR 852.203-70 Commercial Advertising; VAAR 852.211-70 Service Data Manuals; VAAR 852.246-70 Guarantee; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.246-71 Inspection; VAAR 852.273-76 Electronic Invoice Submission; FAR 52.212-5 Contracts Terms and Conditions Required to Implement Statutes on Executive Orders - Commercial Items; the following FAR clauses identified at paragraph (b) of FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.225-1 Buy American Act - Supplies; 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration. Note to offerors: to be awarded a contract, the offeror must be registered in the Central Contractor Registry. CCR information may be found at http://www.ccr.gov. Upon request, the Contracting Officer will make the FAR and VAAR clause(s) available or full text can also be accessed on the internet addresses http://www.arnet.gov/far for FAR clauses and http://www.va.gova&mm/vaar for VAAR clauses. Proposals shall be submitted to the attention of Jennifer A. Peterson, Purchasing Agent (90C), 708 South Third Street, Suite 200E, Minneapolis, MN 55415. Contact Jennifer Peterson at 612-344-2154, email: jennifer.peterson3@va.gov Offeror's proposals must reference solicitation number VA-263-10-RQ-0487 and are due by 3:00pm Central Daylight Time on August 30, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26310RQ0487/listing.html)
 
Record
SN02248566-W 20100822/100820234938-f4cd55851082e68c2a534176fd8a3a62 (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.