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