Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2017 FBO #5641
DOCUMENT

65 -- 640-17-2-301-0028 | IVIS Spectrum In Vivo Imaging System - Attachment

Notice Date
5/2/2017
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical 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
VA24017Q0136
 
Response Due
5/9/2017
 
Archive Date
7/8/2017
 
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-0136. 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 Palo Alto VAMC has a requirement to purchase a PerkinElmer IVIS Spectrum In Vivo Imaging System for research support. 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 PerkinElmer 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 PerkinElmer IVIS Spectrum In Vivo Imaging System for research support for the Palo Alto VAMC. 1.3 Product Capabilities & Salient Characteristics or equal The IVIS Spectrum Imaging System will be used to image and track fluorescent and bioluminescent markers that are introduced to living mice during various studies. This machine will be used for non-invasive, longitudinal monitoring of disease progression, gene expression patterns, and cell trafficking in living mice. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT 0001 IVIS Spectrum Imaging System, 120V LOCAL STOCK NUMBER: 124262 1.00 EA 0002 XGI-8 Anesthesia System, 120V LOCAL STOCK NUMBER: 118918 1.00 EA 0003 XWS-248 Workbench LOCAL STOCK NUMBER: 119208 1.00 EA 0004 XPM-2 Bioluminescent Phantom Mouse LOCAL STOCK NUMBER: 118993 1.00 EA 0005 XFM-2 Fluorescent Phantom Mouse LOCAL STOCK NUMBER: 121365 1.00 EA 0006 Advanced Training 1.00 EA 0007 Basic Installation & Training 1.00 EA 0008 Shipping & Handling 1.00 EA Brand Name Item: PerkinElmer IVIS Spectrum In Vivo Imaging System Essential/Significant Physical, Functional or Performance Characteristics. Imaging system must/must have: Trans-illuminate and epi-illuminate in vivo fluorescent sources. 3D diffuse fluorescence tomography capabilities (including reconstruction using structure light and trans-illumination fluorescent images). 10 narrow band excitation filters at 30nm bandwidth. 18 narrow band emission filters at 20nm bandwidth. Minimize auto-fluorescence by spectral scanning the filters and utilizing spectral unmixing algorithims. Process 5 mice on a single run. Resolution down to 20 microns with a 3.9cm field of view Filters spanning 430-850nm Capability of spectral unmixing and support spectral unmixing applications. Allows the option of reflection-mode or transmission-mode illumination in the fluorescence illumination path. NIST traceable calibrations. Inlet and outlet ports for gas anesthesia. Integrated gas anesthesia (gas anesthesia system included in quotation for imaging system) Workbench to neatly and ergonomically organize the components of the imaging system (work bench included in quotation for imaging system). Living Image software. Digital Mouse Atlas. LED illumination for regular photographic images. Electromagnetic door latch Motorized stage. Motorized filter wheel. Motorized lens positioning system. Motorized f-stop aperture. 13.5 micron pixels, 2048 x 2048 CCD camera. 16-bit digitizer in the CCD camera. Peltier cooling technology capable of temperatures down to -90C for the CCD camera. 6-inch diameter optics. F-stop aperture ranges from f/1 to f/8. Capable of imaging and quantifying all commonly used fluorophores (including fluorescent proteins, dyes, and conjugates). Software to guide users through experiential setup and analysis (to simply complex biological models). Imaging wizard with a probe library to help users select the correct filter pair and correct imaging settings. Software that offers a step-by-step guide for spectrally unmixing multiple fluorescent signals from the same animal. Takes bioluminescent or fluorescent images, process them, and construct 3-dimensional representations of the fluorophores and compute signal strength. Determines geometry, quantify depth and intensity of fluorescent sources in 3-dimensional space. Fluorescent Imaging Tomography (FLIT) Technology. Diffused Luminescent Imaging Tomography (CLIT) Technology. Views optical source in an anatomical context. Automatically co-registering organs of interest in a 3-dimensional image using Digital Mouse Atlas. Exports 3-dimensional images to DICOM compliant formats. Views optical sources from multiple perspectives. Converts a static 3-dimensional image into a movie of the rotating subject. Interior chamber size of 43 cm x 50 cm x 60 cm. Automatically stores user preferences. Auditing tools to monitor instrument usage amongst multiple users. Automatically archives camera information and user-specified annotations with each image. Quantifies depth, geometry, and brightness of an optical source in a 3-dimensional space. Quantifies cell number or pmols of fluorescent compound Phantom mouse for Bioluminescent Imaging option for operator training and instrument calibration. Phantom mouse for Fluorescent Imaging option for operator training and instrument calibration. Compatibility- Is this item required to be technically compatible with existing equipment? If so how? Yes. The Government requires the purchase of this imaging equipment to be compatible with an existing IVIS Spectrum imaging system including, but not limited to: Unit requested needs to be compatible with existing equipment Ability to use currently established imaging protocols on new machine Ability to use currently established protocols for set-up and calibration on new machine Compatible with existing software Ability to use software wizards to select filters and set other imaging parameters Ability to spectrally separate and unmix signals/markers Ability to use Digital Mouse Atlas to assist in localizing organs and other anatomical features Industry Standard- Is this particular item required to meet specific Industry Standards or Requirements? For compatibility with existing unit, image output needs to meet DICOM (Digital Imagining and Communications in Medicine) standards. 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-0136 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 the closing date Tuesday, May 9, 2017, NLT Noon EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bf05b546fc7112fd15b7e66aee1c9bb8)
 
Document(s)
Attachment
 
File Name: VA240-17-Q-0136 VA240-17-Q-0136_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3462943&FileName=VA240-17-Q-0136-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3462943&FileName=VA240-17-Q-0136-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04492960-W 20170504/170502235229-bf05b546fc7112fd15b7e66aee1c9bb8 (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.