SOLICITATION NOTICE
66 -- Histological Tissue Processor
- Notice Date
- 8/27/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Environmental Protection Agency, Ord Service Center/Nerl, Rtp Procurement Operations Division, Research Triangle Park, NC 27711
- ZIP Code
- 27711
- Solicitation Number
- RFQ-RT-03-00384
- Response Due
- 9/3/2003
- Archive Date
- 10/3/2003
- Point of Contact
- Point of Contact, Pamela Smith, Purchasing Agent, Phone (919) 541-0635
- E-Mail Address
-
Email your questions to U.S. Environmental Protection Agency
(smith.pamela@epa.gov)
- Description
- NAICS Code: 334516 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 solicitation number is RFQ-RT-03-00384 and the solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-15. The associated North Industry Classification System (NAICS) is 334516 and the size business size standard is 500 employees. Full and open competition procedures will be utilized. A firm, fixed price purchase order using Simplified Acquisition Procedures is anticipated to result from the award of this solicitation. This procurement is for acquisition of a Histological Tissue Processor. This instrument is needed to support histological needs of multiple teams and projects at GED. The system dehydrates and infiltrates tissue samples and/or whole organisms in preparation for embedding, sectioning and staining to preform histological evaluation and providing information on effects on effects on or condition of aquatic organisms from field or laboratory studies. Histological processing involves the use of hazardous chemicals and solutions, a tissue processor not only automates and standardizes the procedures, but also reduces technician expose to the hazardous compounds used. Safety in technician exposure and fire safety shall be considered in this acquisition. Statement of Work: The system shall meet all of the following criteria: (1) The system shall have a completely enclosed reagent management system. (2) The system shall be computer controlled to provided precise control of processing parameters. (3) The system shall provide for minimal technician handling of hazardous reagents. (4) The system shall provide for minimal technician exposure potential to hazardous materials. (5) The system shall have laminar down-flow ventilation system. (6) The system shall multi-compound air filtration. (7) The system shall have the ability to complete a processing run on batter power if necessary. (8) The system shall have hazardous reagents enclosed in a lockable, fire-proof cabinet. (9) The system shall have a reagent management system capable of reducing reagent use.(10) The system shall interface with a standard PC and provide software which allows for remote monitoring, diagnostics, and collection of processing data. (11) The system shall include installation and detailed training. (12) delivered f.o.b. destination to Gulf Breeze, FL . All criteria are required for the research application of the instrument. Prototypes or untested units shall not be considered. Evaluation Criteria: The Government intends to award a single purchase order to responsible offeror whose technically acceptable quotation represents the best overall value to the Government .For this requirement best-value will be determine based on technical capability, past performance and price. The following is a description of each evaluation criterion, including information which must be included with proposals. A. Technical Capability: Demonstrated ability of the proposed system to meet the requirements set forth in the Statement of Work. The specification represent the Government's minimum needs Proposals must include sufficient material (such as narrative technical specifications, drawings, photos, brochures, demo disks, videos, etc.) to permit the government to determine that the proposed instrument will meet the requirement set forth in the Statement of work. Failure of an offeror to demonstrate that the proposed instrument will meet the Statement of Work requirements shall render the offeror ineligible for further consideration for award. B. Past Performance : Proposals shall be evaluated on performance under existing and prior (within past 3 years) contracts/subcontracts/orders for systems similar to that described in the Statement of Work. The Government's evaluation shall focus on the quality of past performance and level of customer satisfaction. For each contract/subcontracts/order identified, include a brief synopsis which includes the date the work was performed, the client for whom the work was performed (included client name , telephone number and e-mail address), and a description of the system which was installed. C. Price: The proposed firm-fixed-price for the entire project shall be provided. The Government reserves the right to require additional pricing information if necessary to determine that the proposed price is reasonable. Technical, past performance and price are of equal important. The following FAR provisions shall apply to this solicitation: 52-212-1, Instructions to Offerors--Commercial Items. All offerors are to include with their offer a completed copy of provision 52.212-3, Offeror Representations and Certifications--Commercial Items. The following FAR clause applies to this acquisition: 52.212-4, Contract Terms and Conditions--Commercial Items. The following additional FAR clauses which are cited in Clause 52.212-5 are applicable to the acquisition: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.2225-1, Buy American Act--Balance of Payments Program-Supplies; 52.232-34, Payment by Electronic Funds Transfer. COMMERCIAL BUY CLAUSES AND FORMS which are provided for your convenience at EPA's website: http://www.epa.gov/oam/rtp-cmd. Please submit to Pamela E. Smith, @ (919) 541-1073 or e-mail: smith.pamela@epa.gov . All offers are due by September 3, 2003 2:00pm, EDT. 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 solicitation number is RFQ-RT-03-00384 and the solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-15. The associated North Industry Classification System (NAICS) is 334516 and the size business size standard is 500 employees. Full and open competition procedures will be utilized. A firm, fixed price purchase order using Simplified Acquisition Procedures is anticipated to result from the award of this solicitation. This procurement is for acquisition of a Histological Tissue Processor. This instrument is needed to support histological needs of multiple teams and projects at GED. The system dehydrates and infiltrates tissue samples and/or whole organisms in preparation for embedding, sectioning and staining to preform histological evaluation and providing information on effects on effects on or condition of aquatic organisms from field or laboratory studies. Histological processing involves the use of hazardous chemicals and solutions, a tissue processor not only automates and standardizes the procedures, but also reduces technician expose to the hazardous compounds used. Safety in technician exposure and fire safety shall be considered in this acquisition. Statement of Work: The system shall meet all of the following criteria: (1) The system shall have a completely enclosed reagent management system. (2) The system shall be computer controlled to provided precise control of processing parameters. (3) The system shall provide for minimal technician handling of hazardous reagents. (4) The system shall provide for minimal technician exposure potential to hazardous materials. (5) The system shall have laminar down-flow ventilation system. (6) The system shall multi-compound air filtration. (7) The system shall have the ability to complete a processing run on batter power if necessary. (8) The system shall have hazardous reagents enclosed in a lockable, fire-proof cabinet. (9) The system shall have a reagent management system capable of reducing reagent use.(10) The system shall interface with a standard PC and provide software which allows for remote monitoring, diagnostics, and collection of processing data. (11) The system shall include installation and detailed training. (12) delivered f.o.b. destination to Gulf Breeze, FL . All of the criteria are required for the research application of the instrument. Prototypes or untested units shall not be considered. Evaluation Criteria: The Government intends to award a single purchase order to responsible offeror whose technically acceptable quotation represents the best overall value to the Government .For this requirement best-value will be determine based on technical capability, past performance and price. The following is a description of each evaluation criterion, including information which must be included with proposals. A. Technical Capability: Demonstrated ability of the proposed system to meet the requirements set forth in the Statement of Work. The specification represent the Government's minimum needs Proposals must include sufficient material (such as narrative technical specifications, drawings, photos, brochures, demo disks, videos, etc.) to permit the government to determine that the proposed instrument will meet the requirement set forth in the Statement of work. Failure of an offeror to demonstrate that the proposed instrument will meet the Statement of Work requirements shall render the offeror ineligible for further consideration for award. B. Past Performance : Proposals shall be evaluated on performance under existing and prior (within past 3 years) contracts/subcontracts/orders for systems similar to that described in the Statement of Work. The Government's evaluation shall focus on the quality of past performance and level of customer satisfaction. For each contract/subcontracts/order identified, include a brief synopsis which includes the date the work was performed, the client for whom the work was performed (included client name , telephone number and e-mail address), and a description of the system which was installed. C. Price: The proposed firm-fixed-price for the entire project shall be provided. The Government reserves the right to require additional pricing information if necessary to determine that the proposed price is reasonable. Technical, past performance and price are of equal important. The following FAR provisions shall apply to this solicitation: 52-212-1, Instructions to Offerors--Commercial Items. All offerors are to include with their offer a completed copy of provision 52.212-3, Offeror Representations and Certifications--Commercial Items. The following FAR clause applies to this acquisition: 52.212-4, Contract Terms and Conditions--Commercial Items. The following additional FAR clauses which are cited in Clause 52.212-5 are applicable to the acquisition: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.2225-1, Buy American Act--Balance of Payments Program-Supplies; 52.232-34, Payment by Electronic Funds Transfer. COMMERCIAL BUY CLAUSES AND FORMS which are provided for your convenience at EPA's website: http://www.epa.gov/oam/rtp-cmd. Please submit to Pamela E. Smith, @ (919) 541-1073 or e-mail: smith.pamela@epa.gov . All offers are due by September 3, 2003 2:00pm, EDT.
- Record
- SN00414178-W 20030829/030827214323 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |