The RFP Database
New business relationships start here

IHS1384655 Tissue Processors - PIMC


Arizona, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. d

Solicitation # RFQ-19-PHX-68 and this notice is issued as a Request for Quotation (RFQ). This is a combined synopsis/solicitation for commercial commodities/services. Submit written quotes only, oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM).


This requirement is under North American Industrial Classification Standard (NAICS) code: 339112; Small Business Size Standard: 500 employees. This requirement is a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside and only qualified vendors may submit quotes.


REQUIREMENTS: Indian Health Service (IHS) - Phoenix Area Office (PAO), 40 North Central Ave., Phoenix, Arizona 85004-4424 has a requirement for two (2) Brand Name or Equal Leica Tissue Processors (ASP300 S 100-120V) with accompanying, power cords, UPS/Line Conditioners and four (4) 1-year silver service options (for each machine).


This procurement is for NEW Equipment ONLY; no remanufactured or "gray market" items. Vendor shall be an Original Equipment Manufacturer (OEM authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All, warranty and service associated with the equipment shall be in accordance with the OEM terms and conditions. All Equipment must be covered by the manufacturer's warranty. The quote MUST include a copy of the authorized distributor letter from the manufacturer to verify that the vendor is an authorized distributor of the products being quoted.


Service Performance Location: Phoenix Indian Medical Center (PIMC), 4212 N. 16th St., Phoenix, AZ 85016.


Questions Due Date: 08/20/2019 5:00 PM (noon) Eastern Daylight Savings Time (EDT) - all questions must be submitted via email.


Quote Due Date: 08/22/2019 3:00 PM EDT


Salient Characteristics:
Fully enclosed, stand-alone tissue processor
Full frontal access - must have visible display for reagents
Must have a magnetic stirrer of circulation of reagents
Must have a paraffin temperature minimum of 40 degrees C
Automated processing of minimum of 250 tissue cassettes
One retort and three paraffin baths
Remote, contact-free fill & drain of reagents
Active paraffin cleaning cycle
Automatically rotates all reagents via count block - no manual rotating
Eliminated need for hot water flushes
Solvent-resistant color touchscreen
Vacuum, pressure, or cycle of both, are programmable for each processing step
Customized reagent management system by days, runs, or cassettes
Built-in safety features to prevent reagent cross-contamination and support human error reduction
Internal air handling system
External hose drainage system for all reagents (including paraffin)
Must not exceed 24" width
Must be mobile, with wheels
Weight must not exceed 350 pounds for mobility purposes


PRICING:
CLIN DESCRIPTION CATALOG # QUANTITY UNIT PRICE UNIT TOTAL
0001 Leica ASP300 S 100-120V 14047643515 2 Each
0002 UPS/Line Conditioner 2 Each
0003 Power Cords 14041157009 2 Each
1001 Silver Svc Year 1 9CON-SLVR-ASP300S 2 Year
2001 Silver Svc Year 2 9CON-SLVR-ASP300S 2 Year
3001 Silver Svc Year 3 9CON-SLVR-ASP300S 2 Year
4001 Silver Svc Year 4 9CON-SLVR-ASP300S 2 Year


The Department of Health and Human Services, Phoenix Indian Medical Center, is Tax Exempt under A.R.S.42-5063(C)(3)(a), A.R.S.42-5067(B)(1), A.R.S.42-5065(B)(2)(a), A.R.S.42-5066(B)(3) (a), A.R.S.42-5074(B)(8), A.R.S.42-5071(B)(2)(a), A.R.S.42-5061(A)(25)(a), and A.R.S.42-5159(A)(13)(a),(b),(c), State of Arizona Department of Revenue. (Copy of Certificate available upon request).


Quotes must be submitted electronically to Ashley.Velasquez@ihs.gov.


This is a brand name or equal, open-market combined synopsis/solicitation for products as defined herein. A brand name or equal purchase description must include, in addition to the brand name, a general description of the salient physical, functional or performance characteristics of the brand name item that an equal item must meet to be acceptable for an award. The government intends to award a firm, fixed price purchase order as a result of this combined synopsis/solicitation to the lowest price technically acceptable (LPTA), responsive and responsible vendor on an all or none basis; meaning that the vendor must be able to supply the total quantity requested of the acquisition to be considered for award.


This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-02 dated 06-05-2019.


The provision at FAR 52.212-1, Instructions to offerors - Commercial, applies to this solicitation.


The full text of FAR provisions or clauses may be accessed electronically at g http://acquisition.gov/comp/far/index.html.


The following solicitation provisions apply to this acquisition:


FAR 52.212-1, Instructions to Offerors Commercial Items JAN 2017


FAR 52.212-3, Offerors Representations and Certifications Commercial Items NOV 2017


Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.


CLAUSES INCORPORATED BY REFERENCE:
The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. 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. Also, the full text of a clause may be accessed electronically at this/these address (es): https://www.acquisition.gov/far/ (FAR) and (HISR);
52.212-1 Instructions to Offerors - Commercial Items (OCT 2015)
52.212-3 Offeror Representations and Certification - Commercial Items (MAR 2016);
52.212-4 Contract Terms and Conditions Commercial Items (MAY 2015);
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAR 2016);
52.217-5 Evaluation of Options (JULY 1990);
52.217-8 Option to Extend Services (NOV 1999);
52.217-9 Option to Extend the Term of the Contract (MAR 2000);
52.222-3 Convict Labor (JUN 2003);
52.222-21 Prohibition of Segregated Facilities (APR 2015);
52.222-26 Equal Opportunity (APR 2015);
52.222-36 Equal Opportunity For Workers With Disabilities (JUL 2014);
52.222-41 Service Contract Labor Standards (MAY 2014);
52.225-1 Buy American Act - Supplies (FEB 2009);
52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008);
52.232-33 Payment by Electronic Funds Transfer - System for Award Management (JUL 2013) (31 U.S.C. 3332);
52.232-34 Payment by Electronic Funds Transfer - Other than System for Award Management (MAY 1999);
52.233-2 Service of Protest (SEP 2006)
52.252-1 Solicitation Provisions Incorporated by Reference
52.204-7 System for Award Management (JUL 2013);
13.5 ADDENDUM - ADDENDUM to FAR 52.212-5 Instructions to Offerors - Commercial Items Sub-Part 13.5 Simplified Procedures for Certain Commercial Items


 


Ashley B. Velasquez, Contract Specialist, Phone 6023645016, Email ashley.velasquez@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP