Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2017 FBO #5640
DOCUMENT

66 -- Panasonic CO2 Incubator - Attachment

Notice Date
5/1/2017
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
US Department of Veterans Affairs;Veterans Health Administration;Service Area Office (SAO) East;323 North Shore Drive, Suite 500;Pittsburgh PA 15212-5319
 
ZIP Code
15212-5319
 
Solicitation Number
VA24017Q0112
 
Response Due
5/8/2017
 
Archive Date
7/7/2017
 
Point of Contact
Ms. Millicent Covert
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is VA240-17-Q-0112. The government anticipates awarding a firm-fixed price contract resulting from this combined synopsis/solicitation. This solicitation is issued as a 100% set aside for small business concerns. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisition.gov. STATEMENT OF NEED (SON) CONTRACT DESCRIPTION AND REQUIREMENTS The Durham VAMC has a requirement to purchase a Panasonic Air Jacketed CO2 Incubator with UV and H2O2 Decontamination for medical and research use to meet the objectives in support of their ongoing research projects. A firm-fixed price contract will be awarded for the purchase of Brand Name or Equal equipment in accordance with all terms, conditions, provisions, specifications and schedule of this solicitation herein. Quotes shall contain the Offeror s best terms for cost/price and technical capabilities of the required Panasonic or equivalent equipment. The government reserves the right to award without discussions. 1.1 PRICING The Offeror shall submit price quotes for the required brand name or equal equipment, to the specifications listed in Section 1.2 below. Please enclose the established price list and description of capabilities and product specifications for the required equipment. The Offeror shall submit a separate price sheet for equal items to include Manufacturer Name, Stock/Part #, Unit of Issue and Price. Items offered that are brand name or equal shall identify items as being on GSA schedule and reference the contract number for each item. Note: The Offeror should include a description of any support services or warranty information in the technical quote. 1.2 REQUIRED PRODUCTS & SPECIFICATIONS Panasonic Air Jacketed CO2 Incubator with UV and H2O2 Decontamination, or equal, equipment: ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT 0001 AIR JACKETED 5.8 cu. ft. (165L) CO2 Incubator with UV and H2O2 Decon for Medical Research Use Key Features: * Full Color Touch Screen Control for Easy Access to functions and messages * Incu-safe Easy Clean interior with integrated shelf brackets * Condensation Management System * Dual Filter (IR) sensor for precise CO2 control not affected by chamber environment * Safecell active background UV decontamination system * H2O2 decontamination with fast 3 hour complete cycle Specifications: * Settable Temperature Control Range of ambient +5C to +50C * Settable CO2 range from 0% to 20% * Temperature uniformity of +/- 0.25C. CO2 uniformity of 0.15% * Exterior Dimensions: 24.4"W x 8.0"D x 35.4"H * Interior Dimensions: 19.3"W x 20.6"D x 26.2"H * Power Requirements of 115V/60Hz/single phase/15 amp breaker. (NEMA type 5-15R receptacle) * Net Weight: 176 lbs. * Shipping: 210 lbs. 30.1"W x 32.6"D x 42.5"H Accessories Included: * 4 IncuSafeT shelves (18.51" x 17.72". 15.4 lbs max load) * CO2 connection tubing with clips * Humidity pan * Pan Cover * Operator's Manual Warranty: Three (3) years parts & labor. 5 years CO2 Sensor LOCAL STOCK NUMBER: MCO-170AICUVH-PA 1.00 EA 0002 MCO-HP-PW - Atomizer for UVH series incubators 1.00 EA 0003 MCO-H2O2-PV - Special H2O2 Reagent (6 bottles = 6 cycles) 1.00 PG 1.3 Product Capabilities & Salient Characteristics or equal Research investigator will be utilizing the above named item in support of on-going research studies: AIR JACKETED 5.8 cu. ft. (165L) CO2 Incubator with UV and H2O2 Decontamination for Medical and Research Use Must have the following key features: Full Color Touch Screen Control for Easy Access to functions and messages Incu-safe Easy Clean interior with integrated shelf brackets Condensation Management System for stable humidity control Dual Filter (IR) sensor for precise CO2 control not affected by chamber environment Safecell active background UV decontamination system Must meet the following specifications: Settable Temperature Control Range of ambient +5C to +50C Settable CO2 range from 0% to 20% Temperature uniformity of +/- 0.25C. CO2 uniformity of 0.15% Exterior Dimensions: 24.4 W x 8.0 D x 35.4 H Interior Dimensions: 19.3 W x 20.6 D x 26.2 H Power Requirements of 115V/60Hz/single phase/15 amp breaker. (NEMA type 5-15R receptacle) Must have the following accessories included: 4 shelves (18.51 x 17.72. 15.4 lbs max load) CO2 connection tubing with clips Humidity pan Pan Cover Operator s Manual Must have the following minimum warranty: Three (3) years parts & labor. 5 years Infra-red CO2 Sensor Must have the following available options: Digital Interface Vaporized H2O2 Decontamination System Electric Door Lock with Password Access H2O2 Vapor Generator and Reagent CO2 Gas Pressure Regulator 0 - 15 psi Semi-automatic one point Gas Calibration Kit MCO-SG-PW Additional Shelf (and brackets if required) Half Tray System Double Stacking Bracket Stacking Plate Roller Base The product capabilities and salient characteristics identified above by a brand name or equal" description are intended to be descriptive, not restrictive, and to indicate the quality and characteristics of the product that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by the brand name) will be considered if such product is clearly identified in the quote and is determined by the VA to meet fully the salient characteristics on above products. If offering an equivalent product, the brand name of the equivalent product shall be clearly identified in the quote. Unless visibly identified as an equivalent product, offered items shall be considered as the brand name product referenced in this announcement. The evaluation of quotes and the determination as to the equality of the products shall be the responsibility of the Government and shall be based on information provided by the Offeror. The Government is not responsible for locating or securing any information not provided in the quotation by the Offeror. To ensure that sufficient information is available, the Offeror must furnish, as a part of the quote, all descriptive material necessary for the purchasing activity to determine whether the products meet the salient characteristics of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement shall include a clear description of the proposed modification and clearly mark any descriptive material to show the proposed modification. Offers that do not have descriptive material will not be considered for award. Instructions to the Offeror Basis for award resulting from this RFQ will made to the Best Value Offer that provides a complete package pursuant to the preparation requirements set forth in 52.212-1. FAR 52.212-2 (Evaluation- Commercial Items) will be incorporated in full text into the RFQ and will be evaluated on the following factors. Evaluations will be in accordance with FAR 13 Simplified procedures. Evaluation Factors for Award: Factor 1 - Technical Capabilities All offerors must meet or exceed all requirements and salient features as listed in the Statement of Need. Factor 2 - Past Performance - Past Performance will be based on the most current PPIPRS Report. Factor 3 - Price The following FAR provision and clauses apply to this solicitation and are incorporated by reference. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-89, Effective July 2, 2015. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquistion.gov. 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. FAR 52.212-1 Instructions to Offerors Commercial FAR 52.212-2 Evaluation- Commercial Items FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-4 Contract Terms and Conditions FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Item FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-8 Utilization of Small Business Concerns (Oct 2014) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.211-6 Brand Name or Equal FAR 52.233-2 Service of Protest Quotes shall be submitted via email to millicent.covert@va.gov and Offerors must reference Solicitation # VA240-17-Q-0112 in the subject line of the email. No telephone request for information will be considered. Incomplete packages will be considered nonresponsive. All offers must be received by 12 Noon EST, Monday, May 8, 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/161b6de2b264c7bdbe1f3a5a3d62c645)
 
Document(s)
Attachment
 
File Name: VA240-17-Q-0112 VA240-17-Q-0112_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3460919&FileName=VA240-17-Q-0112-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3460919&FileName=VA240-17-Q-0112-002.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04490894-W 20170503/170501234427-161b6de2b264c7bdbe1f3a5a3d62c645 (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.