Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2017 FBO #5676
DOCUMENT

66 -- Multimode Molecular Plate Reader VA260-17-AP-4733 - Attachment

Notice Date
6/6/2017
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26017Q0437
 
Response Due
6/13/2017
 
Archive Date
6/18/2017
 
Point of Contact
Roman Cardenas
 
E-Mail Address
2-9861<br
 
Small Business Set-Aside
N/A
 
Description
Request for Quotation Multimode Plate Reader The Department of Veterans Affairs intends to procure a Multimode Plate Reader for the Puget Sound VA Medical Center at 1660 S. Columbian Way, Seattle, WA 98108. Quote must be submitted no later than 4:00pm (EST) on Tuesday, June 13, 2017. Specifications Vendor will provide all materials and components necessary for an analytical instrument that is used to measure properties of liquid substances. Plates may contain up to 384 wells that allow for several substances to be tested at once. A multimode reader allows for many different types of light signals and read choices. The light either penetrates through the substance or interacts with it, then the reader analyses the signals. Most plate readers also come with a dedicated computer and special software for controlling the type of light, the type of read, sample tracking, displaying and analyzing the data obtained. Please provide a quote, brand name or equal, for the following: Quantity Description 1 MOLECULAR BIO PRODUCTS VLBL00D0, Varioskan LUX, top & bot reading, Fluorescence, Absorbance, Luminescence 1 MOLECULAR BIO PRODUCTS E7270, DELL LATITUDE LAPTOP 1 MOLECULAR BIO PRODUCTS P2417H, DELL 24 INCH MONITOR 1 MOLECULAR BIO PRODUCTS E-PORTPLUS, DOCKING STATION FOR DELL E7270 FOB Destination The plate reader must be meet the following requirements: Utilize Monochromator for both absorbance, fluorescence and luminescence Have capability to do both top and bottom reading Include Nanodrop (2 L volume) plate with 16 or 48 sample drop spots for DNA RNA quantification and for fluorescence and luminescence measurements Include a dedicated computer system for detection mode control, sample tracking, data acquisition and analysis Come with specialized software for detection mode control, sample tracking, data acquisition and analysis Utilize a temperature control system up to 45 °C with uniformity across the plate at 37 ° C ±0.2 Have automatic Z-axis for sample accommodation Have automatic individual well absorbance path length correction Measure standard cuvettes in all detection modes within temperature controlled environment Company provides training Company provides installation Utilize standard US 115-volt AC power source Perform optimally in standard ventilated room and at room temperature System heat output less than 2000Btus/hr (high estimate for a computer, monitor and an incandescent light bulb combined) Company must provide at no additional cost: Tech support 1 year warranty Software upgrades for Windows 10 6+ software licenses Plate reader must be upgradeable: For Time Resolved Fluorescence (TRF) To add reagent dispensers in all detection modes To add for internal gas (O2 and CO2) For Alpha Screen Software must: Data transportable to Excel and txt formats Perform standard statistical analysis Allow custom formula creation Display data in numerical, graphic or chart formats Allow for customized control and data acquisition protocols Provide space for notes Allow for individual well identification Export charts and graphs to pdf, xml, xlsx formats Utilize separate user accounts for individualized protocols and analysis Specific Tasks. a. Notify COTR ahead of time before shipment occurs to plan for delivery, installation and training at least one week prior to shipment delivery date. b. Package and ship all components of the system to the manufacturer specifications for arrival at least one day prior to pre-arranged installation and training dates. c. Install system to manufacturer specifications d. Train up to 5 lab personnel on the use and care of the system. For installation and training: VAPSHCS Research & Development Service Garcia Animal Lab Bldg. 13, Rm. 215 1660 S. Columbian Way Seattle, WA 98108-1587 Please contact Roman Cardenas, Contract Specialist, at Roman.Cardenas@va.gov with any questions you may have regarding the specifications or Request for Quotation (RFQ). Federal Acquisition Regulations (FAR) Provision 52.211-6 -- Brand Name or Equal As prescribed in 11.107(a), insert the following provision: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) VA Acquisition Regulation (VAAR) Clause 852.211-73 Brand name or equal. As prescribed in 811.104-71, insert the following clause: BRAND NAME OR EQUAL (JAN 2008) (Note: As used in this clause, the term brand name includes identification of products by make and model.) (a) 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. (b) 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. (c) (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: (i) Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and (ii) 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. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/VA26017Q0437/listing.html)
 
Document(s)
Attachment
 
File Name: VA260-17-Q-0437 VA260-17-Q-0437_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3555013&FileName=VA260-17-Q-0437-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3555013&FileName=VA260-17-Q-0437-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04534090-W 20170608/170606235435-d14bb99d17fcbb25475189d81586ff6a (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.