Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2011 FBO #3529
SOLICITATION NOTICE

66 -- Award to be made by SAIC-F under prime contract with the NCI-F. There will be no privity of contract between the seller and the Government (See description for further detail). Automated Stainer and Coverslipper Complete System

Notice Date
7/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Science Applications International Corporation, Building 1050, Boyles Street, Frederick, Maryland, 21702
 
ZIP Code
21702
 
Solicitation Number
A60676
 
Archive Date
8/12/2011
 
Point of Contact
Hope Dolores Troxell,
 
E-Mail Address
troxelldh@mail.nih.gov
(troxelldh@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This procurement is being solicited for award by SAIC-F under its contract #HHSN261200800001E for Operations and Technical support at the National Cancer Institute-Frederick, a federally funded research and development center. SAIC-F is the prime contractor charged with operations and technical support of the government owned contractor operated (GOCO) facility. 1 each - cat # 6130 - Sakura Tissue-Tek Prisma Automated Slide Stainer 1 each - cat # 6134 - Sakura Tissue-Tek Film Link System for Connectivity 1 each - cat # 4740 - Sakura Tissue-Tek Film Automated Coverslipper Must meet or exceed below specs: • Must be of modular design with capacities for routine H&E slide staining, "special staining" and, film cover slipping. Additionally, the system must be capable of continuous workflow through each module or stand alone requests within a specific single module. • The entire system (all modules) must use an integrated rack system so that slides do not need to be re-racked between staining and cover slipping modules. • The H&E Stain Module and the Special Stain modules must be minimally capable of continuous loading of 60 slides per run and the processing 500 slides total an hour including the capacity for simultaneous runs of H&E and special stain slides. Additionally, the special stain module must have a minimum of 2 independently set heating stations for special stains like PAS, Giemsa stain, and mucicarmine stain. • The staining modules must have the ability to set a minimum of 3 loading and a minimum of 5 unloading stations to accommodate varying slide volumes. • The devices must be compatible with both histology and cytology protocols • The film cover slipping must use an adhesive-backed polymer to protect the slides and provide long-term stability. Specifications: 1) The part numbers listed are from Sukura Finetek U.S.A., Inc. 2) Offerors are requested to quote on the item listed or equivalent. 3) "Equivalent" offers shall provide complete specifications and/or descriptive literature for any alternates offered, stating catalog number, manufacturer, packaging; failure to include complete specifications will cause offer to be non-responsive. 4) Offerors offering alternate items may be required to provide a demonstration of their items prior to acceptance. 5) Offerors are requested to quote NEW only, quotes received for like new, used or refurbished will be considered no responsive. 6) Warranty shall be ______months, including parts, labor and travel. 7) All offers must be F.O.B. Destination. 8) Any shipping charges must be indicated and listed on the response for evaluation. 9) Partial offers will not be considered. 10) Award of this Proposal may be made without discussion. 11) Offeror agrees to make delivery of the quoted items in ______ days after receipt of order. 12) SAIC-Frederick, Inc. is eligible for Federal Supply Schedule Pricing. 13) Offeror must self-certify in the Central Contractor Registration, https://www.bpn.gov/ccr/default.aspx to be eligible for an award. 14) Offeror must complete the representations and certifications in ORCA, https://orca.bpn.gov, to be eligible for an award. 15) Offeror must state whether installation of this equipment and training on the use ofthis equipment is included in the offer price. In the event that these are not included in the purchase price, offeror must provide cost for a) Installation and b) Training as separate optional items on their offer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NCIFCRF/A60676/listing.html)
 
Place of Performance
Address: NCI-Frederick, SAIC-Frederick, Inc., PO Box B, Bldg. 1050, Frederick, Maryland, 21702, United States
Zip Code: 21702
 
Record
SN02508011-W 20110724/110723011447-717c350feb70be3ea61926567a63d15d (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.