Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2017 FBO #5647
DOCUMENT

66 -- Quantstudio Real Time PCR Machine for Research - Attachment

Notice Date
5/8/2017
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25917Q0444
 
Response Due
5/18/2017
 
Archive Date
6/17/2017
 
Point of Contact
Sean Rice
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
RFQ VA259-17-Q-0444: QuantStudio Real Time PCR Machine or Equal 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 solicitation number is: VA259-17-Q-0444, and it is issued as a request for quotation (RFQ) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, 2005-95, effective January 13, 2017. This solicitation is 100% set-aside for Service Disabled Veteran Owned Small Business. NAICS: 334516 Contract Line Items are as follows: *Note: This combined synopsis/solicitation is for Brand Name or Equal, for the item listed in the table below.   Manufacturer Part No. Description Qty A28572 (Life Technologies Corp) QuantStudio 3 96 well 0.2 ml Block Real-Time PCR System 1 Description of requirements for the items to be acquired (Statement of Work): Purpose The purpose of this solicitation is to obtain a 96 Well 0.2 ml Block Real Time PCR System for the Salt Lake City VA Research Department. The PCR System will be used to study DNA and RNA dissection, statistical analysis of genes, monitor chain reactions of DNA, amplify segments of DNA, interpret the genetic code in DNA, splicing of RNA and multicellular organisms including bacteria and viruses, clearing the pathways for research including veteran rehabilitation including damaged muscles and bone, diseases of aging, kidney disease and nerve damage, cures, investigational drugs. The PCR system is necessary for already ongoing studies. Scope of Work The objective of the Salt Lake City Research department is to trade-in old 15 year old PCR System and equipment, with the intent to obtain trade-in credit for the old system, and replace it with a 96 Well 0.2 ml Block Real Time PCR System. Instrument shall: Run complete runs in less than 30 minutes. Installation does not require dye calibration. Be able to analyze up to 96 samples simultaneously in any of the following formats: 96-well plate with optical adhesive cover, 96-well plate with optical flat caps, 8-tube strips with optical flat caps, or individual tubes with optical flat caps. Support reaction volumes of 10 l. Maximum temperature difference that can be programmed is 10 °C. The maximum difference in temperature allowed between adjacent blocks is 5 °C. Calibrated to use FAM, SYBR ® Green I, VIC ®, NED, ABY, JUN, TAMRA, and ROX dyes. Has a bright white LED (Light Emitting Diode) source. Can combine 4 coupled excitation and emission filter sets to collect of up to 4 combinations of wavelengths during a single run. Supports the fluorogenic 5 nuclease assay using TaqMan ® probes and the SYBR ® Green DNA binding dye chemistry. Has individual user Accounts with PIN-protected access. For Gene expression profiling, has a huge variety of pre-designed TaqMan ® assays representing Human, Mouse and Rat species Software: Collects and analyzes the fluorescence data for the applications of absolute quantification, relative quantification, presence/absence assays, and allelic discrimination/SNP (Single Nucleotide Polymorphism) detection. Allows TaqMan ® and SYBR ® chemistries in the same run by collecting different filter colors for PCR versus melt curve stages. Uses real time data to help pick the best cycle number for the genotyping call, saving run cycles and time. Includes pre-optimized run protocols for applications like Standard Curve, Relative Standard Curve, Relative Quantification Gene Expression, and SNP Genotyping with both TaqMan and SYBR Green chemistry. Can export all run results including raw and analyzed data to Microsoft ® ExcelTM, and save all graphs as.jpg Includes statistical analysis tools like Box-Whisker plots to assess Ct distribution, scatter plots and heat maps to assess sample correlation and quality. Date and place of delivery (FOB Destination): 06/19/2017 VA Health Care System 500 Foothill Drive Salt Lake City, UT 84148-0001 The provision at 52.212-1, Instructions to Offerors Commercial Items (Jan. 2017), applies to this acquisition. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA Medical Centers.    No remanufactures or gray market items will be acceptable. Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.    All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions The provision at 52.212-2, Evaluation Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA) Note: This is an open market acquisition, but FSS pricing is acceptable and encouraged, if available. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable, if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror, within the time for acceptance specified in the 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. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Any additional contract requirements or terms and conditions: None. The Defense Priorities and Allocations System (DPAS) does not apply. The provisions at 852.211-73,  Brand name or equal apply. BRAND NAME OR EQUAL (JAN 2008) (Note: As used in this clause, the term brand name includes identification of products by make and model) If items called for by this invitation for bids have been identified in the schedule by a brand name or equal description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory.   Bids offering equal products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics requirements listed in the invitation. Unless the bidder clearly indicates in the bid that the bidder is offering an equal product, the bid shall be considered as offering a brand name product referenced in the invitation for bids. (1) If the bidder proposes to furnish an equal product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid.   The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity.   CAUTION TO BIDDERS.   The purchasing activity is not responsible for locating or securing any information that is not identified in the bid and reasonably available to the purchasing activity.   Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to: Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. (2) If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation for Bids, he/she shall: (i) Include in his/her bid a clear description of such proposed modifications, and (ii) Clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered. Date and Time offers are due: May 18, 2017- 11:00 AM (EST) Name and telephone number of the individual to contact for information regarding the solicitation: Sean Rice, Contract Specialist, sean.rice2@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25917Q0444/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-17-Q-0444 VA259-17-Q-0444.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3480329&FileName=VA259-17-Q-0444-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3480329&FileName=VA259-17-Q-0444-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;500 Foothill Drive;Salt Lake City, UT
Zip Code: 84148-0001
 
Record
SN04499261-W 20170510/170508234241-b2c59d3d96fa898b476d1b1061ae43cf (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.