SOLICITATION NOTICE
65 -- Kansas City Immunohistochemistry Requirements
- Notice Date
- 4/10/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;VISN 15 Contracting Office;LEAVENWORTH KS 66048
- ZIP Code
- 66048
- Solicitation Number
- VA-255-08-RQ-0259
- Response Due
- 5/7/2008
- Point of Contact
- Donald J. Denno913-758-6408
- Description
- 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. Quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request For Quote (RFQ) and is an unrestricted acquisition. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-11. The North American Industry Classification System (NAICS) number is 339112 and the business size standard is 500 employees. REQUESTORS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. This is a Requirements-type contract and all quantities are estimates. The term of the contract is one (1) base year and four (4) government option years. The Department of Veteran Affairs Medical Center, 4801 East Linwood Blvd, Kansas City, MO 64128 has a requirement for the following item(s): IHC Detection Kits. The Government will be purchasing the kits from the Contractor, and the Contractor shall, at no additional charge, provide the Government with the Automated Immunohistochemistry/In Situ Hybridization Instrument to run the tests that the kits are for. The instrument must be able to meet the following requirements: 1) Must have a 30 slide capacity with capability of 35 reagent slots. 2) Must be an open system that allows use of any company's reagents. 3) The instrument must be able to perform both Immunohistochemical(IHC), and In-Situ hybridization(ISH) on the same platform. 4) Includes external CPU with color ink jet printer. 5) Includes user manuals. 6) Must be able to regulate the temperature for each individual slide during antigen retrieval and antibody testing protocols. 7) Must be able to perform antigen retrieval on the same platform as IHC testing. 8) Must have the capability of using polymer based detection systems. 9) Shall include label printer for chemical and heat resistant labels. 10) Must be a bar-code driven system. 11) Produces patient testing reports for standard documentation requirements. 12) Includes service during regular work hours(8:00AM to 5:00PM), Monday through Friday, excluding Federal holidays. 13) Unlimited applications troubleshooting. 14) Any operational modifications developed will be installed free of charge. 15) Two off-site training slots during the first year. 16) Computer hard drive becomes the property of the VA Medical Center. 17) Service for the instrument is included at no additional charge. Estimated Quantity for the Base Year and each of the Government Option Years is 6000 each. Offerors shall submit pricing for each contract period separately (the base period and each of the option periods). Delivery shall be FOB DESTINATION to the Department of Veterans Affairs Medical Center, 4801 East Linwood Blvd, Kansas City, MO 64128. The Contractor is responsible for all freight charges. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. THE FOLLOWING ADDITIONAL PROVISIONS AND CLAUSES APPLY: FAR 52.212-2, Evaluation-Commercial Item, the Government will award a contract, or contracts, resulting from this solicitation to the responsible offeror(s) based on Best Value, price and other factors considered. Offerors shall submit descriptive literature, technical features and warranty provisions. Price will be evaluated to determine its fairness, completeness and reasonableness as it relates to the items offered. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer as applicable. FAR 52.212-4, Contract Terms and Conditions-Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2008), to include clauses: 1, 3, 7, 11(ii), 15, 16, 17, 18, 19, 20, 21, 22, 23, 24, 28, 30, and 31. The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Jan 2006) (b)(2) states: The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation DUNS or DUNS+4 followed by the DUNS or DUNS+4 number that identifies the offerors name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 888-227-2423 or via Internet at http://www.ccr.gov. 52.232-33, Electronic Funds. FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) states: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the contracting officer will make their full text available. VAAR 852.203-70, Commercial Advertising. VAAR 852.216-70, Estimated Quantities, VAAR 852.246-71, Inspection, FAR 52.216-18, Ordering, FAR 52.216-19, Ordering Limitations, FAR 52.216-21, Requirements. Quotations shall include the RFQ number, the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, and point of contact, address, phone number, fax number, tax identification number, DUNS number, and size status (i.e. large business, small business, veteran-owned small business, woman-owned, etc..). Offers are to be received at the Department of Veteran Affairs, VA Heartland Network 15 (10N15-90) Contracting Office, 4101 S. 4th St. Trafficway, Leavenworth, KS 66048, Attn: Donald Denno, Contracting Officer, no later than 1:00 P.M. Central Daylight Time on May 7, 2008. You may contact Donald Denno, Contracting Officer at donald.denno@va.gov or Fax 913-758-6495, or phone 913-758-6408.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f668baaf723665fb9c69b70daed7e3e4&tab=core&_cview=1)
- Place of Performance
- Address: Kansas City Veterans Affairs Medical Center;Attn: Histology;Attn: Sharon Munyer;4801 East Linwood Blvd;Kansas City, MO.
- Zip Code: 64128
- Zip Code: 64128
- Record
- SN01551965-W 20080412/080410221113-f668baaf723665fb9c69b70daed7e3e4 (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 |