DOCUMENT
66 -- Perkin Elmer Quantum GX2 MicroCT Imaging System - Attachment
- Notice Date
- 7/23/2018
- 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
- 36C24E18Q9496
- Archive Date
- 9/21/2018
- Point of Contact
- Ms. Millicent Covert
- Small Business Set-Aside
- N/A
- 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 36C24E18Q9496. 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 William Jennings Bryan Dorn VAMC has a requirement to purchase a PerkinElmer Quantum GX2 MicroCT Imaging System for the Veterinary Medicine Unit. A firm-fixed price contract will be awarded for the purchase of Brand Name 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 equipment. The government reserves the right to award without discussions. 1.1 PRICING The Offeror shall submit price quotes for the required brand name 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 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 The Perkin Elmer Quantum GX2 MicroCT Imaging System equipment to maintain continuity of ongoing research. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT 0001 PERKIN ELMER QUANTUM GX2 microCT IMAGING SYSTEM STOCK NUMBER: CLS149276 1.00 EA 0002 XWS-248 WORKBENCH STOCK NUMBER: 119208 1.00 EA 0003 IVIS SYRINGE INJECTION SYSTEM STOCK NUMBER: 124633 1.00 EA 0004 LI MULTI-MODALITY MODULE AND SHUTTLE KIT STOCK NUMBER: 127893 1.00 EA 0005 ANALYZE ADVANCED uCT ANALYSIS SOFTWARE, SINGLE LICENSE, NODE LOCKED STOCK NUMBER: 133618 1.00 EA 0006 AccCT microCT ANALYSIS SYSTEM STOCK NUMBER: CLS146216 1.00 EA 0007 RAS-4 RODENT ANESTHESIA SYSTEM STOCK NUMBER: CLS146737 1.00 EA 0008 RABBIT BED, QUANTUM STOCK NUMBER: CLS137991 1.00 EA 0009 2 DAY ADVANCED IMAGING FIELD TRAINING STOCK NUMBER: 122842 1.00 EA 0010 INSTALLATION STOCK NUMBER: 49410-IMAGING 1.00 EA 0011 SHIPPING & HANDLING (FOB Destination) 1.00 EA 1.3 Product Capabilities & Salient Characteristics or equal Research investigator will be utilizing the above-named items in support on-going funded projects: High-resolution scanning (2.3 micron voxel) from in vivo to ex vivo High speed scanning mode (3.9 seconds) Low dose imaging for longitudinal studies Two-phase retrospective respiratory and cardiac gating True multispecies imaging of mice, rats, rabbits 4 Fields of View (18 mm - 86 mm) X-ray filters for optimal imaging protocols Offered items shall be considered as the brand name product referenced in this announcement. The evaluation of quotes 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 36C24E18Q9496 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 Monday, July 30, 2018, NLT Noon EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/95a32ea11e6698cbc77bcf6c02eed1ed)
- Document(s)
- Attachment
- File Name: 36C24E18Q9496 36C24E18Q9496_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4500192&FileName=36C24E18Q9496-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4500192&FileName=36C24E18Q9496-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24E18Q9496 36C24E18Q9496_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4500192&FileName=36C24E18Q9496-000.docx)
- Record
- SN05002964-W 20180725/180723231007-95a32ea11e6698cbc77bcf6c02eed1ed (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 |