Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2005 FBO #1329
SOURCES SOUGHT

66--66 -- Microplate Reader

Notice Date
7/15/2005
 
Notice Type
Sources Sought
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, Director, Acquisition & Materiel Management, (90C), One Veterans Drive, Minneapolis, Minnesota 55417
 
ZIP Code
55417
 
Solicitation Number
618-198-05
 
Response Due
7/22/2005
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT/SOLE SOURCE Initially, this is a combined synopsis/solicitation for "sources sought" wherein the VA Medical Center, Minneapolis, MN is seeking vendors who can provide the following BRAND NAME ONLYRESEARCH EQUIPMENT: SPECTRA MAX M5 MULTI-DETECTION MICROPLATE READER WITH CURRENT VERSION OF SOFTMAX PRO 1 EA, INCLUDES: A SPECROMAXM5 WITH ABSORBANCE FLUORESCENCE INTENSITY, TRF, FLUORESCENCE POLARIZATION AND LUMINESCENCE (6-384 MICROPLATE READER WITH CUVETTE PORT AND TURNTABLE WAVELENGTH SELECTION) ACCESSORY KIT, SIX (6) COPIES OF MEASURMENT SOFTWARE, AND 1 YEAR WARRANTY. THE INSTRUMENT SHOULD BE ABLE TO DO THE FOLLOWING: 1) BE ABLE TO HAVE TOP AND BOTTOM READING CAPABILITY. 2) SHOULD HAVE TUNABLE MONOCHROMATORS FOR ABSORBANCE (200 TO 1000NM) AND FLUORESCENCE (250NM TO 850 NM FOR BOTH EXCITATION AND EMISSION). 3) BE ABLE TO READ FOUR EXCITATION/EMISSION WAVELENGTH PAIRS PER MICROPLATE. 4) FULL WAVELENGTH SCANNING CAPABILITY ACROSS THE ENTIRE SPECTRAL RANGE FOR DEFINING EXCITATION AND EMMISION SPECTRA. 5) HAVE DUAL PMT FOR HIGH SENSITIVITY LUMINESCENCE MEASUREMENTS. 6) BE ABLE TO NORMALIZE ABSORBANCE TO 1 CM PATHLENGTH. 7) DATA ANALYSIS AND INSTRUMENT CONTROLS SHOULD BE COMPATIBLE WITH BOTH WINDOWS AND MACINTOSH. Any large and all types of small business vendors should respond to this "sources sought" announcement if they are capable of meeting the Government's needs. If interested provide a detailed written proposal on company letterhead or other proposal forms, including pricing and literature, for this item. IF AFTER FIVE (5) DAYS FROM THE DATE OF THE POSTING OF THIS ANNOUNCMENT NO ADDITIONAL SOURCES ARE IDENTIFIED via the sources sought portion of this announcement the Government anticipates entering into sole source purchase negotiations with Molecular Device in Sunnyvale, CA for SPECTRA MAX M5 MULTI-DETECTION MICROPLATE READER WITH CURRENT VERSION OF SOFTMAX PRO 1 EA, INCLUDES: A SPECROMAXM5 WITH ABSORBANCE FLUORESCENCE INTENSITY, TRF, FLUORESCENCE POLARIZATION AND LUMINESCENCE (6-384 MICROPLATE READER WITH CUVETTE PORT AND TURNTABLE WAVELENGTH SELECTION) ACCESSORY KIT, SIX (6) COPIES OF MEASURMENT SOFTWARE, AND 1 YEAR WARRANTY. THE INSTRUMENT SHOULD BE ABLE TO DO THE FOLLOWING: 1) BE ABLE TO HAVE TOP AND BOTTOM READING CAPABILITY. 2) SHOULD HAVE TUNABLE MONOCHROMATORS FOR ABSORBANCE (200 TO 1000NM) AND FLUORESCENCE (250NM TO 850 NM FOR BOTH EXCITATION AND EMISSION). 3) BE ABLE TO READ FOUR EXCITATION/EMISSION WAVELENGTH PAIRS PER MICROPLATE. 4) FULL WAVELENGTH SCANNING CAPABILITY ACROSS THE ENTIRE SPECTRAL RANGE FOR DEFINING EXCITATION AND EMMISION SPECTRA. 5) HAVE DUAL PMT FOR HIGH SENSITIVITY LUMINESCENCE MEASUREMENTS. 6) BE ABLE TO NORMALIZE ABSORBANCE TO 1 CM PATHLENGTH. 7) DATA ANALYSIS AND INSTRUMENT CONTROLS SHOULD BE COMPATIBLE WITH BOTH WINDOWS AND MACINTOSH. Therefore, due to lack of additional sources, this becomes 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 under Statutory Authority 41 U.S.C. 253(c)(1) and in accordance with FAR 6.302, FAR 6.302-3(a)(2) and VAAR 810.005. The authority is cited and justification made based on the determination that the Government's minimum needs can best be satisfied by BRAND NAME ONLY research equipment. VA will conduct the procurement according to a combination of FAR Part 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION DOCUMENT OFFERED; A WRITTEN SOLICITATION WILL NOT BE ISSUED BUT IN RESPONSE OFFERORS MUST REFER TO SOLICITATION # RFQ 618-198-05. The above FAR 6.302/VAAR 810.005 authority is cited and justification made based on the determination that the Government's minimum needs can best be satisfied by Brand Name Only equipment as listed above. Firms may identify their interest and capability to respond to this requirement by 3:30 p.m., CST July 22, 2005. This notice of intent is a request for Brand Name Only competitive proposals. The Government will consider all proposals received on or before July 22, 2005. ALL RESPONSIBLE SOURCES THAT CAN MEET THESE REQUIREMENTS AND PROVIDE EQUIPMENT AS LISTED ABOVE MAY RESPOND TO THIS SOLICITATION BY SUBMITTING COST AND TECHNICAL PROPOSALS; INCLUDE LOCATION, LITERATURE, AND PAST PERFORMANCE HISTORY. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. NAICS code is 334516 and the small business size standard is 500. Award will be a firm fixed-price contract, FOB origin with payment in arrears. AWARD IS CONTINGENT ON THE AVAILABILITY OF FY 05 FUNDING. The government will award to obtain the best value for the government, price, price-related factors and technical capability and past performance being considered and are approximately equal. The following incorporated clauses and provisions are those in effect through FAC 2005-04 and are applicable to this acquisition; OFFERORS MUST INCLUDE COMPLETED COPY OF THE PROVISION AT 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH HIS/HER OFFER. 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. The full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far (FAR) and http://www.va.gov/oa&mm/vaar/ (VAAR); FAR 52.212-1, Instruction to Offers - Commercial Items; FAR 52.212-2, Evaluation of Commercial Items; FAR 52.212-3 Representations and Certifications - Commercial Items; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders - Commercial Items; FAR 52.216-18 - Ordering; FAR 52.216-19 - Order Limitations; FAR 52.216-21 - Requirements; FAR 52.-217-6 - Option for Increased Quantity; VAAR 852.270-4 Commercial Advertising; VAAR 852.219-70 Veteran-owned business; 852.219-70 Protest Content; and 852.233-71 Alternate Protest Procedure. Original proposals shall be submitted to JENNIFER DALLMAN, Contracting Officer (90C), VISN 23 Contracting and Purchasing Office, VAMC, One Veterans Drive, Building 68, Minneapolis, MN 55417 by 3:30 pm CST, on July 22, 2005. Electronic submittals WILL NOT be accepted. Point of contact: Jennifer Dallman (612) 725-2180.
 
Place of Performance
Address: One Veterans Drive
Zip Code: 55417
Country: United States
 
Record
SN00848216-W 20050717/050715212009 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.