SOLICITATION NOTICE
66 -- Upgrade of SPOT PathStation Gross Imaging System for Mopec MB700 Series Grossing Station
- Notice Date
- 8/19/2014
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- N02RC43805-76
- Archive Date
- 9/18/2014
- Point of Contact
- Catherine Muir, Phone: (301) 846-6437, Seena Ninan, Phone: 240-276-5419
- E-Mail Address
-
muirca@mail.nih.gov, ninans@mail.nih.gov
(muirca@mail.nih.gov, ninans@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 427 Miller Drive, Room 12, Ft. Detrick, MD 21702, UNITED STATES Description: National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Pathology, plans to procure on a sole source basis SPOT PathStation gross imaging upgrade services for the Government-owned SPOT PathStation gross imaging system instrument that is compatible with the Government-owned Mopec MB700 series grossing system from SPOT Imaging Solutions, a division of Diagnostic Instruments, Inc., 6540 Burroughs Ave., Sterling Heights, MI 48314 This acquisition will be processed in accordance with simplified acquisition procedures as stated in FAR Part 13.106-1(b)(1) and is exempt from the requirements of FAR Part 6. The North American Industry Classification System code is 334516 and the business size standard is 500 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. The period of performance is twelve (12) months from date of award. It has been determined there are no opportunities to acquire green products or services for this procurement. Contractor shall perform one (1) PathStation gross imaging system hardware and software upgrade on the Government-owned SPOT Imaging Solutions PathStation integrated gross imaging system compatible with the Mopec MB700 Series grossing station; hardware upgrade to include camera enclosure containing computer controlled 1080P HD digital camera with autofocus and 30 frames per second (fps) Live View, 20X zoom lens with mounting bracket, sealed medical grade touch screen monitor, mini-tower computer, wired washable keyboard and mouse, footswitch controller, barcode reader, barcode reader field parsing, photo optimized cutting/imaging surface, main construction and enclosure stainless steel/aluminum; and software upgrade to include SPOT advanced software, PathSuite software, and LIMS interface software during the contract period. The upgrade shall be performed by technically qualified factory trained personnel. This equipment is manufactured by SPOT Imaging Solutions, a division of Diagnostic Instruments, Inc. Due to the instrument being highly specialized; the PathStation gross imaging system upgrade work needs to be performed by manufacturer trained personnel. In addition, the software to control the instrument is only provided by the manufacturer. SPOT Imaging Solutions is the only known source capable of providing the required integrated gross imaging upgrade services for the SPOT PathStation gross imaging system for the Mopec MB700 series grossing station. This notice is not a request for competitive quotation. However, if any interested party, especially small businesses, believes it can meet the above requirement, it may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The statement of capabilities and any other information furnished must be in writing and must contain material in sufficient detail to allow NCI to determine if the party can perform the requirement. Responses must be received in the contracting office by 3:00PM EDT, on September 3, 2014. All responses and questions must be in writing and faxed (301) 846-6628 or emailed to Catherine Muir, Contracting Officer via electronic mail at muirca@mail.nih.gov. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No collect calls will be accepted. In order to receive an award, Contractors must be registered and have valid, current Entity Record, including current Representations and Certifications, in the System for Award Management (SAM) through SAM.gov. Reference: N02RC43805-76 on all correspondence.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC43805-76/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03471069-W 20140821/140820000316-3a4d8aca2b8630b5a16cb0937b96d14a (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 |