Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 2,1998 PSA#2023

VA Medical Center (04-90C), 1201 N.W. 16th Street, Miami, FL 33125

W -- LEASE OF ROBOTIC COURIER SOL RFP 546-15-98 DUE 021298 POC Cathy A. Pridlides, Contract Specialist, (305) 324-4455 EXT 6464 W -- ROBOTIC SERVICES -- SOL # RFP 546-15-98 DUE 2/12/98, POC Cathy Pridlides, Contract Specialist, (305) 324-4455 EXT 6464. 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; proposals are being requested and a written package will be faxed upon request. Solicitation number RFP 546-15-98 is issued as a request for proposal. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-03 and VAAR 96-28. The Standard Industrial Classification Code (SIC) is 7359. Small Business Size Standard is $5 Million. Lease contract will result in a firm fixed price contract for a Robotic Courier System. Contractor shall provide rental of a self-guided, trackless robotic courier system. Robotic courier must travel on a trackless path between the Medical Center first floor emergency roomand third floor lab areas transporting specimens, samples and test results for twelve (12) hours per day, seven (7) days a week, 365 days per year. Unit must have the capability of moving within the entire VA facility. Unit must be equipped with a keyboard or keypad, built in monitor and voice to guide the unit and user. The robot will have a payload capacity of approx. 100 Lb. Robot must be constructed of sturdy, rugged and durable materials; run on 24 volt batteries and move at approx. 2 feet per second. Robot shall be programmed with a map of the building routes and multiple locations that the robot will travel, including elevators. The robot shall have the capability of being programmed by the user to perform multiple tasks. Robot shall be equipped with multiple safety features, and visual and ultrasonic proximity sensors and controls, which will screen the environment so as to avoid obstacles and stop in emergency situations. The safety features and safety controls design shall be a fail-safe system andbe equipped with flashing warning lights and security locking to prevent unauthorized personnel from removing contents. Robot shall also have a storage backpack sufficient in size, type and durability to transport lab specimens. Also to be included with this rental is a rechargeable backup battery, battery cart, Power-110 volt outlets, programming, other consumable supplies necessary for the operations of the robot, instruction and user manuals, service and maintenance agreement, elevator interface and installation hardware and labor; door opener interfaces and annunciators. Detailed training and instruction shall be provided for hospital personnel by a trained and qualified manufacturer's technician. Training shall take place at the VA Miami Medical Center on all shifts. All repairs are to be done on site. Repair/replacement of any part of the equipment that is not functioning properly must be performed within 24 hours after notification by the outpatient lab supervisor of the VA Miami Medical Center. The minimum allowable amount of downtime for repairs and maintenance shall not exceed 24 hours per week. The contractor will furnish, install and maintain the robot in accordance with manufacturers specifications during the period established in the rental agreement. Rental price submitted shall be for one year plus two option years. The lease may be renewed each year at the option of the Government for a total term not to exceed three years. The base year (12 Month period) shall begin 2/15/98 (or date of award) and expire 2/14/99. The costs submitted for the robotic courier system plus accessories shall be broken down for each year (Base Year, Option Year #1 and Option Year #2) citing hourly rate, monthly rental cost and total cost per year. All offers must include a price list for all accessories included in the system package. The Government will evaluate the offers by adding the total price for all options (which includes rental and accessories) to the total price for the basic requirement (base year). Technical information regarding this system must be provided along with descriptive literature. Prices offered must be valid through end February 2001. Award will be based on the following: (1) Price, (2) Proof of technical capability of the equipment offered to meet the needs of the Medical Center, (3) Past performance: Offeror must identify all Federal and Local Government contracts and private contracts of similar type and complexity that are ongoing or have been completed within the past three years. Provide a list of references pertaining to those contracts. In addition, certification from purchasers must be provided which proves customer satisfaction with this product and compliance with customer requirements; (4) offerors ability to deliver the system within a 30 day period. The offerors proposal must meet the minimum requirements as listed in this notice and set forth in the contract documents. Technical criteria are equal in weight when combined with price. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of the option shall not obligate the Government to exercise the option(s). This procurement is subject to the availability of funds. The Government will award a firm fixed price contract, resulting from this solicitation, to the responsible offer which is the most advantageous to the Government, based on the factors contained in this solicitation. A written Notice of Award furnished to the successful offeror within the time for acceptance specified in the offer shall result in a binding contract. The solicitation contains provisions and clauses which must be completed in full and returned with the offerors submission. Proposals shall include all required provisions found at FAR 52.212-1, Instructions to Offerors Commercial Items; 52.212-2, Evaluation Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items, as well as provisions added through addendum: 52.204-6, Contractor Identification Number-Data Universal Numbering System (DUNS) Number; 52.214-34, Submission of Offers in the English Language; 52.214-35, Submission of Offers in U.S. Currency; 52.216-1, Type of Contract; 52.233-2, Service of Protest; 852.270-1, Representatives of Contracting Officers. All clauses included are found at 52.212-4, Contract Terms and Conditions-Commercial Items; and 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items. The following clauses are added by addendum: 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.225-14, Inconsistency Between the English Version and Translation of the Contract; 52.232-18, Availability of Funds; 52.232-34, Optional Information for Electronic Funds Transfer Payment; 852.210-71, Guarantee; 852.270-4, Commercial Advertising; 870-108-2, Lease Purchase Agreement. Proposals shall include all information required in this announcement and must be submitted to the attention of Cathy A. Pridlides, VA Medical Center (90C), 1201 NW 16th St., Miami, Fl. 33125. The Solicitation number shall be listed on the outside of the mailing envelope. All offers must be received by close of business (4:00 PM E.S.T.) February 12, 1998. Late offers will NOT be accepted. Discussions will be held only if necessary. (0029)

Loren Data Corp. http://www.ld.com (SYN# 0115 19980202\W-0002.SOL)


W - Lease or Rental of Equipment Index Page