Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2008 FBO #2496
SOLICITATION NOTICE

65 -- Centrifuge, PhotoDocumentation System Workstation, DNA 120 SpeedVac Concentrator

Notice Date
9/24/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Center for Health Care Contracting, Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W74MYH82050753
 
Response Due
9/26/2008
 
Archive Date
11/25/2008
 
Point of Contact
MAJ Robert J. Strob, 210-916-6973<br />
 
Small Business Set-Aside
N/A
 
Description
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; proposals are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is W74MYH82050753. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-23. The associated North America Industry Classification System (NAICS) Code is 339113. **This requirement is an unrestricted solicitation. The Government contemplates award of a Firm-Fixed Price contract. Product Literature for Evaluation Purposes: ***With your emailed RFQ/Offer ensure you ALSO email your product literature that details explicitly the technical features in accordance with each Clin requirement detailed below. This Product Literature should validate your confirmation your company can meet the required salient characteristics by each required Clin. Clin 0001: Two each, Integrated Rotor Lid Centrifuge Manufacturer Part # 05-403-92 Total Price:_____________ Clin 0002: One each, Photo Documentation System Workstation Manufacturer Part # 1600UVNP Total Price: _____________ Clin 0003:.One each, DNA120 Speed VAC Concentrator Manufacturer Part # 20548130 Total Price:_____________ Clin 0004: Shipping FOB Destination: Total Price:________________ Clin 0005: Manufacturers Warranty: (Detail what is included for each piece of equipment in the Warranty) Total Price:______________ Clin 0005: Installation and Set up Total Price: _______________ Clin 0006: Container Ice Charges Total Price:________________ Clin 0007: Two each Copies of Operator AND Maintenance Manuals for each Product item Total Price:_________________ Place of Delivery/Place of Acceptance and Inspection: Armed Forces Institute of Pathology, Property Management Branch, Bldg 54, 6825 16th Street NW, Washington DC 20306 Delivery Date: On or Before 30 October 2008\ I. Best Value : ***The Government will award the contract to the vendor who provides a RFQ/offer whom can provide ALL the requirements in this combined/synopsis solicitation. The Solicitation shall be evaluated as the overall best value to the Government. II. ***The Vendors MUST be able to meet all the CLIN requirements and cannot just meet one of the Clin requirements. III. ***Most importantly: Vendors must in their RFQ/Official Offer detail CLIN by CLIN in writing that all the required salient characteristics can be met and can comply with the salient characteristics. IV. Description of Requirements: a.Salient Characteristics : ***Ensure your official emailed RFQ/offer details in writing each clin exactly as shown below with the total cost for each clin with confirmation you can meet the required Clin Salient Characteristics. Salient Characteristics the Government shall require: The following are the required Salient Characteristics by respective CLIN # : b..**Ensure you detail in writing via email in your RFQ/offer that your company can meet the following characteristics regarding the following Clins(Mandatory for the Government to Evaluate the Technical Capability of the Vendors product): c. ***Note: All of the following salient characteristics must be answered item by item as to compliance or non-compliance within your RFQ/offer by CLIN. If this is not detailed in your RFQ/Offer a the Government will not be able to evaluate your offer in accordance with the technical acceptance/capability factor requirement and therefore will not meet the Governments most important evaluation factor and not therefore the RFQ most important evaluation factor will be rated UNSATISFACTORY. Clin 0001 Salient Characteristics: Two each Integrated Rotor Lid Centrifuge and Accessories: The following Salient Characteristics shall be met for the Integrated Rotor Lid Centrifuge and Accessories: a. Shall have an integrated rotor lid build into the centrifuge lid. Shall be able to run the centrifuge without having to unscrew a lid after each run and then re-screw it before the next run. b. Shall have a mini-prep motor. When a Scientist runs mini-prep columns the centrifuge shall have a dedicated column rotor. Shall have a lip at the top of the centrifuge that will prevent the tops of the prep columns from getting cut off. c. The Centrifuge shall spin to 15,000 rpm. The Centrifuge shall run without having to attach a secondary lid to the rotor. Salient Characteristics by respective CLIN Continued: Clin 0002 Salient Characteristics : One each, PhotoDocumentation System Workstation: As a combined photodocumentation System workstation the following salient characteristics shall be met: 1.The PhotoDocumentation System shall have a compatible with large-format transilluminator and a built-in epi-illumination. 2. The system shall have an 8-bit, 1.3 megapixel CCD Camera with motorized zoom lens; the camera shall be able to be upgraded to a cooled CCD for long exposures; 3. The system shall have built-in epi-illumination, with a 21x26 cm dual-intensity transilluminator, the system shall have a pull-out access to the transilluminator via sliding drawer, 4. The System shall include a PC image analysis software that also allows image manipulation and annotation. 5. The system shall have a 752x484 pixel resolution for the protein and DNA/RNA gels and a motorized zoom lens. 6. The system shall have a benchtop dark room enclosure eliminating the requirement for a dark room; Shall have a matte black interior. Shall have Fluorescent white and UV epi-lighting statndard with a safety-interlocked side opening door and pull out access to the transilluminator 7. The system shall have TWO Transilluminators, UV and electroluminescent, providing the capability to take pictures of both fluorescent and luminescent stained gels. This electroluminescent whitel light panel shall have heavy gauge construction and a dual intensity 312 nm UV surface and a UviClear sheet to protect the filter glass. Clin 0003 Salient Characteristics : One Each, DNA 120 SpeedVAC Concentrator: a. Shall be no larger than 1 feet of bench space or no more than 15.25 inches wide with external trap and 11 inches wide without. b. Shall be capable of to utilize rotors for 36x1.5ml and 72x.0.5 ml tubes, and 2 standard-well microplates. c. Shall have independently programmable digital timers for both heat and run time. Microprocessor shall be able to be controlled for fully automated, reproducible runs, from 5 minutes up to 9 hours and 55 minutes, in 5- minute intervals. d. All working surfaces shall have Teflon-coating. e. Motor shall have a magnetic coupling to rotor drive shaft f. Shall have a vacuum pump that is connected to a fully automatic bleeder valve. g. Lid shall have a safety interlock mechanism. h. Motor shall operate at 1630 RPM or 1300 RPM i. System shall have three different drying rates and a safety temperature shut-off. ********Evaluation Process**************************: ***Provision 52.212-2 Evaluation of Commercial Items applies. The Government will award a contract resulting from this solicitation to the responsible offeror whose RFQ/offer conforming to the solicitation will be the most advantageous to the Government, which will include price and other factors. The following factors shall be used to evaluate the offers: 1. Technical Acceptability/Capability: the vendors email RFQ/offer must detail in writing by each Clin that the vendor can meet the salient characteristics detailed in the solicitation in order to be considered technically acceptable/capable. a. A Technical evaluation will include examination of product literature, and technical features b. ****All the specifications/salient characteristics must be answered in writing Clin by Clin, as to the compliance or non-compliance with explanations as to non-compliance. c. The Clin by Clin detailed technical capability requirement is mandatory. The offers must state details clin by clin that the vendor can meet the salient characteristics. d. ***If the vendors do not detail in their RFQ/offer their verification that they can meet the salient characteristics clin by clin the vendor will not have met the most important evaluation factor of Technical Acceptability/Capability. 2. Price: Price is the second most important factor after technical acceptability/capability 3. Past Performance: Past Performance is the third most important factor. The Government Evaluation Factor in terms of past performance will be ensuring the vendors have no negative information on the Excluded Parties List. https://www.epls.gov/ 4. Manufacturers Warranty: Warranty is the fourth most important factor. The Government Evaluation Factor will require the vendor provide a one year limited warranty to repair defects in materials. ***Evaluation Process Summary*******: 1.Technical Acceptibility/Capability will be significantly weighed higher than price. 2. The Government will award the contract to the vendor that RFQ/offers the overall best value to the Government. Best Value is defined as the Governments Evaluation of all factors technical acceptibility/capability, price, past performance and Warranty. Technical Acceptability/Capability are significantly more important than price. ALTHOUGH PRICE IS NOT FORMALLY SCORED, IT IS IMPORTANT AND CANNOT BE IGNORED. THE DEGREE OF ITS IMPORTANCE WILL INCREASE WITH THE DEGREE OF EQUALITY OF THE PROPOSALS IN RELATION TO EVALUATION FACTORS. All factors must be at least satisfactory to be considered for award. Offerors should note that in accordance with FAR 52.212-1, entitled Instructions to OfferorsCommercial Items, the Government intends to award a contract on the basis of initial offers received without discussions. Offerors should therefore ensure that their initial proposal contains their best offer from both a price and technical standpoint, and should not assume that discussions will be conducted. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. If discussions become necessary following the initial evaluation, the competitive range may be limited. The following are the standard evaluation adjectival ratings used by HCAA Contracting Offices: EXCELLENT The RFQ/offer demonstrates a superior understanding of the requirements and a new or proven approach that significantly exceeds performance or capability standards. The proposal has several exceptional strengths that will significantly benefit the Government. The proposal has no weaknesses. Normal Contractor effort and normal Government monitoring will be sufficient to minimize risk. The proposal is extensive, detailed, and exceeds all requirements and objectives; therefore, has a high probability of meeting the requirements with little or no risk to the Government. GOOD The RFQ/offer demonstrates a considerable understanding of the requirements and the approach exceeds performance or capability standards. The proposal has one or more strengths that will benefit the Government. Any proposal weakness has little potential to cause disruption of schedule, increase in cost, or degradation of performance. Normal Contractor effort and normal Government monitoring will probably be able to overcome difficulties. The proposal generally exceeds requirements in minor areas; therefore, has a strong probability of meeting the requirements with little risk to the Government. SATISFACTORY The RFQ/offer demonstrates an adequate understanding of the requirements and the approach meets all performance or capability standards. The proposal has no strengths that exceed the requirement. The proposal has no material weaknesses. The proposal has some weakness that can potentially cause disruption of schedules, increase in cost, or degradation of performance. Special Contractor emphasis and close Government monitoring will minimize any risk. The proposal meets the minimum requirements; therefore, has an acceptable probability of meeting the requirements. MARGINAL The RFQ/offer fails to meet performance requirements and capability standards in one or more areas. The proposal has minor omissions and demonstrates a misunderstanding of the requirement that may be corrected or resolved through discussions without a complete revision of the entire proposal. The proposal has weaknesses that can potentially cause some disruption of schedule, increase in cost, or degradation of performance even with special Contractor emphasis, and close Government monitoring. UNSATISFACTORY The RFQ/offer fails to demonstrate a basic understanding of the requirements and the approach fails to meet performance or capability standards. The proposal has major omissions and inadequate details to assure the evaluators that the offeror has an understanding of the requirements. The proposal presents an unacceptable risk and cannot meet the requirements without major revisions. (a) A written notice of award or acceptance of a RFQ/offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the RFQ/offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following are the standard evaluation adjectival ratings used by Health Care Acquisition Activity (HCAA) Contracting Offices for Past Performance: LOW RISK Based on offerors past performance record, essentially no doubt exists that the offeror will successfully perform the required effort. MODERATE RISK Based on the offerors past performance record, some doubt exists that the offeror will successfully perform the required effort. HIGH RISK Based on the offerors past performance record, extreme doubt exists that the offeror will successfully perform the required effort. UNKNOWN RISK No relevant performance record is identifiable upon which to base a meaningful performance risk prediction. A search was unable to identify any relevant past performance information for the offeror or key team members/subcontractors or their key personnel. This is neither a negative or positive assessment. The following provisions and clauses will be incorporated by reference: ***All Offerors in addition to their emailed quote must include a completed copy of the provisiion at 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer. FAR 52.212-1 Instruction to Offerors Commercial Items FAR 52.212-2 Evaluation Commercial Items FAR 52.212-4, Contract Terms and Conditions,Commercial Items applies to this acquisition ADDENDUM to 52.212-4 to include the following Defense Federal Acquisition Regulation Supplement (DFARS) clauses 252.232-7003 Electronic Submission of Payment Requests and 252.211-7003 Item Identification and Valuation. FAR 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. Clause 52.211-6 The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. Vendors shall include a completed copy of FAR provision 52.212-3 with their offer. An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. The following additional FAR clauses cited in this clause are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-13 Restrictions on Certain Foreign Purchase FAR 52.225-18 Place of Manufacture FAR 52.247-34 FOB Destination FAR 52.252-1 Solicitation Provisions Incorporated by Reference web sites are: www.arnet.gov; www.farsite.hill.af.mil;www.dtic.mil/dfas; www.ccr.gov FAR 252-252-2 Clauses Incorporated by References DFARS 252.204-7004 Alternate A Central Contractor Registration DFARS 252.211-7003 Item Identification and Valuation DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition with the following sub DFARS clauses that apply: 252.203-3 Gratutities 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests 252.247-7024 Notification of Transportation of Supplies by Sea; Electronic Submission of Payment Requests, DFARS 252.211-7003. Preferred RFQ/offer method is via email address to MAJ Rob Strob at robert.strob@amedd.army.mil RFQ/offers must be signed, dated and received by 1200 AM CST September 26, 2008 or email to robert.strob@amedd.army.mil; All RFQ/offers from responsible sources will be fully considered. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or online at www.bpn.gov/CCR. For questions concerning this Request for Quotation/offers contact MAJ Robert J. Strob Contract Specialist, via email at robert.strob@amedd.army.mil or 1-210-221-4146 Contracting Office Address: Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, TX 78234-5015 Place of Performance: Center for Health Care Contracting ATTN: MCAA C BLDG 4197, 2107 17TH Street Fort Sam Houston TX 78234-5015 US Point of Contact(s): MAJ Robert J. Strob, 210-916-6973 Center for Health Care Contracting
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7cbdac96f16faeb6d42d4406dbd9d1d2&tab=core&_cview=1)
 
Place of Performance
Address: Center for Health Care Contracting ATTN: MCAA C BLDG 4197, 2107 17TH Street Fort Sam Houston TX<br />
Zip Code: 78234-5015<br />
 
Record
SN01680696-W 20080926/080924223148-7cbdac96f16faeb6d42d4406dbd9d1d2 (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 |
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.