Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
DOCUMENT

66 -- Flow Cytometer - Attachment

Notice Date
5/25/2017
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veteran Affairs;Network Contracting Office 10;5500 Armstrong Rd.;Battle Creek MI 49037
 
ZIP Code
49037
 
Solicitation Number
VA25017Q0656
 
Response Due
6/8/2017
 
Archive Date
8/7/2017
 
Point of Contact
Jeffrey Rozema
 
E-Mail Address
y.rozema@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
(i) 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. (ii) The solicitation number is VA250-17-Q-0656 and is issued as a Request for Quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-95 (Effective January 13, 2017). (iv) The North American Industry Classification System (NAICS) code is 334516, and the size standard is 1,000 employees. (v) The contractor shall supply the following Millipore Sigma brand-name or equal flow cytometer items/quantities: Guava easyCyte 8 Flow Cytometer System, Mfr Part No. 0500-5008, QTY: 1 EA GuavaSoft Software Package for Guava easyCyte System, Mfr Part No. 0500-5115, QTY: 1 EA Guava PCA-96/easyCyte Installation & Training, Mfr Part No. 0500-0450, QTY: 1 EA SALIENT CHARACTERISTICS FOR FLOW CYTOMETER The flow cytometry system should have at a minimum the following capabilities: Use of microfluiditic system and not fluid sheath for flow cytometry. The use of microfluiditic is essential for 2 reasons: Will allow direct determination for absolute counts in the sample, which is crucially needed for our experiments. Will reduce the amount of maintenance, including the space needed for the machine. Without this, it will be very difficult to maintain this machine outside of a specialized core facility. Excitation Wavelengths at 488 nm, 532 nm. Filters for the following Green-B (512/18 nm), Yellow-B (575/25 nm), Red-B (695/50 nm), NIR-B (785/70 nm), Yellow-G (575/25 nm), Orange-G (620/52 nm), Red-G (695/50 nm), NIR-G (785/70 nm). Instrument should have 2 Scatter Channels, 8 Fluorescence Detectors, 5 Dynamic Range Decades with Absolute Cell Count Capability without reference beads. Sensitivity at the following levels: <50 MESF (Cascade Blue), <100 MESF (FITC), <50 MESF (PE), <125 MESF (PECy5), <50 MESF (APC). Particle Size at 0.2- 60 m. Fluidics System: Positive displacement pump. Sample Format for 1.2 mL and 1.5 mL tubes. Minimum Sample Volume for 150 L for 0.5 mL tubes and 900 L for 1.2 mL tubes. Fluorescence Precision at <4% CV for CEN. Acquisition Speed @ 10-1,000 events/second. Operating Temperature @ 16 °-30 °C; 80% humidity. Light Scatter Detection: Forward (0 °,+/-9) Side (90 °,+/-30). Flow Rate @ 7-70 L/min. Sheath Fluid: None. Waste at a minimum of 50 mL from 8 hours of continuous use. (vi) To be technically acceptable the products quoted shall be brand name or equal to the items listed above and meet or exceed the salient characteristics. If quoting or equal items, contractor shall submit detailed documentation showing how the items meet or exceed the Millapore Sigma products listed. (vii) Contractor shall deliver the flow cytometer FOB Destination to the Indianapolis VA Medical Center, 1481 W. 10th Street, Indianapolis, IN 46202 within thirty (30) days after receipt of order. Installation and training will be conducted at the Indiana University School of Medicine, VA-IU Research Lab, 950 W. Walnut Street, Indianapolis, IN 46202. (viii) 52.212-1 Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to FAR 52.212-1 Instructions to Offerors Commercial Items: Offerors shall e-mail complete quotes to Jeffrey.Rozema@va.gov no later than 4:00 PM EST on Thursday, June 8, 2017. Responses shall be on an all or none basis; no partial submissions will be accepted. No grey market or refurbished items. The Government reserves the right to make no award in response to this RFQ. FAR 52.204-22 and 52.211-6 apply. (ix) 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. A firm fixed price, best value award will be made utilizing the following evaluation factors: Technical, Socio-Economic Status, Price, and Past Performance. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certifications electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda apply: FAR 52.203-99, 52.219-28, and 52.232-40; VAAR 852.203-70, 852.211-73, 852.232-72, 852.246-70, and 852.246-71. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-3; 52.225-13, 52.232-33. (xiii) N/A (xiv) N/A (xv) OFFERS ARE DUE Thursday, June 8, 2017, by 4:00 PM EST by e-mail at Jeffrey.Rozema@va.gov. Offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition or are deemed to be in the best interest of the Government. (xvi) Point of contact for this solicitation is Jeffrey Rozema Contracting Officer, Jeffrey.Rozema@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BCVAMC515/BCVAMC515/VA25017Q0656/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-17-Q-0656 VA250-17-Q-0656.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3527271&FileName=VA250-17-Q-0656-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3527271&FileName=VA250-17-Q-0656-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04523088-W 20170527/170526001601-ac2a5540ad0d91f0821b305f3ebbac7f (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.