|
COMMERCE BUSINESS DAILY ISSUE OF JULY 1,1998 PSA#2128VA Medical Center (04-90C), 1201 N.W. 16th Street, Miami, FL 33125 66 -- AUTOSTAINER & CV 500 COVERSLIPPER SOL 546-17-98 DUE 072498 POC
Linda banko, 305-324-3296 E-MAIL: Banko,L@Miami.VA.GOV,
Banko,L@Miami.VA.GOV.. AUTOSTAINER & CV 5000 COVERSLIPPER RFQ 546-
17-98 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. Solicitation RFQ 546-17 -98 is
issued as a request for quote and incorporates provisions and clauses
that are in effect through Federal Acquisition Circular 46. The
Standard Industrial Classification Code (SIC) is 5047 Small Business
Size Standard is 500 Employees Replacement equipment: LEICA AUTOSTAINER
XL BENCH TOP UNIT, MENU DRIVEN, MICROPROCESSOR CONTROLLED, FULLY
PROGRAMMABLE, HIGH THROUGHPUT AUTOMATIC SLIDE STAINER. SIZE IN MM:
1090L x 510 x 670 WEIGHT 65 KG90-125 V/ 49-61 HZ INTERNAL FUME
EXTRACTION AND CHARCOAL FILTER SYSTEM UNIQUE FEATURES: CONTINUOUSLY
LOADS RACKS OF SLIDES; HOLDS UP TO 11 RACKS OF SLIDES AT ONE TIME;
STAINS RACKS WITH DIFFERENT PROGRAMS SIMULTANEOUSLY; AND STORES UP TO
15 STAINING PROGRAMS. QUANTITY REQUIRED: 2 LINE ITEM NUMBER: 2 JUNG CV
5000 ROBOTIC LEICA COVERSLIPPER MODULE SIZE IN CM: 66 x 67 x 51. THE
CV 5000 MUST BE COMPARABLE TO AUTOSTAINER XL. THROUGHPUT RATE UP TO 500
SLIDES PER HOURS WITH A CHOICE OF COVERSLIPS SIZE (50mm x 24mm or 60mm
x 24mm) AND MOUNTANTS FOR QUICK AND EASY CHANGOVER. WEIGHT 49
KG90-120VAC, 49-61HZ, AT 2.4A QUANTITY REQUIRED: 1 Contractor will
supply all parts, labor, material and installation. Contractor is
required to provide operation/service (maintenance) manuals with each
piece of equipment. The provision at 852.211-70, Service Data Manuals,
852-211-75, Technical Industry Standards (APR 1984), 852-219-70
Veterans Owned Small Business (Dec 1990). 52.212-1, Instruction to
Offerors-Commercial items; 52.212-2, Evaluation-Commercial items, para
(a) is filled in as follows: VAMC MIAMI will award a contract
resulting from this solicitation that will be most advantageous to the
Government, price, and other factors considered. The following
factors, listed in descending order of importance, shall be used to
evaluate offers: (a) lowest price quotation for all items, (b) earliest
delivery schedule proposed. A completed copy of the provision at
52.212-3, Offers Representations and Certifications-Commercial items,
52.212-4, Contract Terms and Conditions -- Commercial Items. 52.212-5
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Items also apply. The following FAR clauses
cited in this clause are applicable to this acquisition. 52.222-26,
Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for
Special disabled and Vietnam Era Veterans (38 U.S.C.4212); 52.222-36,
Affirmative Action for Handicapped Workers (29U.S.C.793); 52.222-37,
Employment Reports on Special disabled Veterans and Veterans of the
Vietnam Era (38 U.S.C4212); and 52.225-3, Buy American Act-Supplies (41
U.S.C.10). 52.225-18, European Union Sanction for End Products (E.O.
12849). 52.232-33 Mandatory Information for Electronic Funds Transfer
Payment (Aug. 1996). Please submit proposal to Linda Banko, Purchasing
Agent at FRMS (90F), V.A. Medical Center, 1201 N.W. 16th Street,
Miami, Florida 33125 on or before 7/24/98@ 4:00pm. Faxed proposals will
be accepted fax number 305-324-3234. Government will NOT be responsible
for any failure attributed to the transmission or receipt of their
proposal. The following clauses on certifications FAR 52.213-2 and VAAR
clauses 852-219-70, will be mailed/fax to each the vendor providing a
quote. Full text of these clauses can be located on the internet at
www.arnet.gov/lar/. Posted 06/29/98 (0180) Loren Data Corp. http://www.ld.com (SYN# 0339 19980701\66-0015.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|