Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2019 FBO #6330
SOLICITATION NOTICE

66 -- Clinical Laboratory Microscopes

Notice Date
3/22/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26219Q0520
 
Response Due
4/5/2019
 
Archive Date
5/5/2019
 
Point of Contact
562.766.2308
 
Small Business Set-Aside
N/A
 
Description
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 36C26219Q0520 is issued as a Request for Quotation (RFQ) (iii) The provisions and clauses in this document are in effect through the Federal Acquisition Circular 2005-95, January 19, 2017. (iv) This solicitation is intended to award a contract through full and open competition to a business associated with NAICS North American Industrial Classification System Code 333314 and is subject to the nonmanufacturer rule (See FAR 19.001 and 13 CFR § 121.406). (v) The US Government, Veterans Affairs (VA), Veterans Integrated Services Networks (VISN) 22 Network Contracting Office, seeks to make a VISN-wide procurement of 35 clinical laboratory microscopes and associated accessories, with the option to increase quantity by percentage, for the VA Health Care System VISN 22. (See Attachment A for specific locations). (vi) In accordance with FAR 52.211-6, the technical specifications for this requirement is listed as brand name or equal. Offeror quotes must demonstrate meeting the salient physical, functional, or performance characteristic specified in this solicitation, otherwise will be considered non-responsive. Additionally, offeror quotations must be presented in the same format of the table attached to the salient characteristics herein, providing two versions of quotations: first by item totals, and second, total by individual site requirements (See Attachment A). Salient Characteristics: Brand name is Nikon. Item Part Part Number Description Total Unit Cost Extended Stands Manual MBA95000 LED, Low Profile - manual 26     Motorized MBA93000 LED, Low Profile - includes Motorized Nosepiece, on-stand Up/Down Objective Control and Keypad controller 9     Power Cord 79035   35     Viewing Body Ergonomic Binocular Head MBB93800 Tilt, Telescope, Riser/Height Adjustable 49     Binocular Head (fixed) MBB92106   10     Eyepieces 10X MAK10110 FN 22 131     Eyecup MAK99000 122     Reticle 175961 10 mm scale (extra eyepiece for each one) 11     Nosepiece 6 position Nosepeice MBP71316   4     6 position w/ Analyzer Slot MBP71325   13     7 position MBP99405   9     Stage Mechanical, Right MBC91115 Control Wand on Right. Includes Slide Holder 31     Mechanical Left - MBC91126 Control Wand on Left. Includes Slide Holder 3     Plain 92620   1     Condenser Abbe (4-100x) MBL71105   8     Achromat/Aplanat Oil MBL71405   2     Swing-out (1-100x) MBL71305 Flip out at 1x and 2x 12     Flip-out (2-100x) MBL11300   3     Motorized MBL99300 Automatic Flip-out Top Lens - for use w/ motorized stand (above) 9     Phase Turret MBL73105   1     Centering Telescope MAK85005   1     Objectives (Mag) Plan Achro 1X MRL00012 2     Plan Achro 2X MRL00022   1     Plan Achro 4X MRL00042 2     Plan Achro 10X MRL00102   9     Plan Achro 20X MRL00202   3     Plan Achro 40X MRL00402   9     Plan Achro 50X oil MRL01502   7     FF Achro Achro 60X MRP00602   5     Plan Achro 100X oil MRL01903   4     Plan Fluor 4X MRH00041   17     Plan Fluor 10X MRH00101   17     Plan Fluor 20X MRH00201   17     Plan Fluor 40X MRH00401   21     Plan Fluor 60X MRH00602   15     Plan Fluor 100X MRH01902   9     Plan Apo 2X MRD00025   21     Plan Apo 4X MRD00045   7     Plan Apo 10X MRD00105   9     Plan Apo 20X MRD00205   6     Plan Apo 40X MRD00405   5     Plan Apo 60X MRD00605   1     Plan Apo 100X oil MRD01905   5     Phase contrast Plan Achro 20X MRL20202   1     Phase contrast Plan Achro 40X MRL20402   1     Dual View Face-to-Face MBB75100   23     Side-by-Side MBB75110   2     Support Pillar MBB75150   4     LED pointer MBB75141 Red/Green 25     AC adapter MBF81001   25     Power Cord 79035   24     Camera Camera, MQA18000 USB (no PCIMA), 5+ Mp 33     USB and Trigger Cables 77013245   33     AC Adapter, Power Cord MQF52056   33     Software MQS33000 Measurement, Annotation 5     Software MQS33100 Multi-License 28     Camera mount MBB96855 Includes Parfocality Adjustment and Centering 26     Ergonomic Accessories Nosepiece Spacer MBP91705   24     Nosepiece Spacer - Motorized CI-NS SPACER FOR NOSEPIECE-NC with Service Fee   9     Risers MBB75710   56     Knob Extender MXA22129   31     Accessories Gout Polarizer MBB75380   21     Gout Analyzer, Slider MBN91921   21     Simple Polarizer MBB75370   10     Simple Analyzer, Slider MBN74925   10     Dust Cover MXA22049   35     (vii) Delivery shall occur within 90 days after award to the following FOB destinations. (See Attachment A for calculating item/quantity distribution): VA Loma Linda Healthcare System 11201 Benton Street Loma Linda, CA 92357 909-825-7084 VA San Diego Healthcare System 3350 La Jolla Village Drive San Diego, CA 92161 858-552-8585 Southern Arizona VA Health Care System 3601 South 6th Avenue Tucson, AZ 85723 520-792-1450 VA Greater Los Angeles Healthcare System 11301 Wilshire Boulevard Los Angeles, CA 90073 310-478-3711 Phoenix VA Health Care System 650 East Indian School Road Phoenix, AZ 85012 928-445-4860 VA Long Beach Healthcare System 5901 East 7th Street Long Beach, CA 90822 562-826-8000 (viii) The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. (ix) 52.212-2 Evaluation -- Commercial Items (Oct 2014) (a) 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. Technical acceptability shall be established by review of each submitted quote by the designated technical evaluator(s) and verification that any equal-to items meet the salient characteristics included in this solicitation. Submissions to this solicitation must show clear, compelling and convincing evidence that equal-to items meet all the salient characteristics (see Attachment A). (b) 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). (c) 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. (End of Provision) (x) Must include a completed copy of the provision at 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, with this solicitation. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and full text of a clause may be accessed electronically at the following: http://farsite.hill.af.mil/vffara.htm http://www.acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp (xiii) The following clauses also apply: 52.217-6 -- Option for Increased Quantity. As prescribed in 17.208(d), Option for Increased Quantity (Mar 1989), the Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option up to 50% by written notice to the Contractor within 180 days of delivery. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of Clause) 52.209-6 Protecting the government s interest when subcontracting with contractors debarred, suspended, or proposed for debarment Aug 2013 52.232-33 Payment by electronic funds transfer system for award management Jul 2013 52.252-2 Clauses incorporated by reference Feb 1998 52.232-40 Providing accelerated payments to small business subcontractors Dec 2013 52.233-1 Disputes May 2014 52.233-3 Protest after award Aug 1996 852.203-70 Commercial advertising Jan 2008 852.232-72 Electronic submission of payment requests Nov 2012 852.237-70 Contractor responsibilities Apr 1984 (xiv) N/A (xv) All offeror quotes for this solicitation must be received electronically through email to Gene Chu at gene.chu2@va.gov no later than Friday, April 5, 2019, 1:00 PM PST. Ensure to reference solicitation number 36C26219Q0520 within subject line of the email. Any offeror quotes received after the prescribed date/time shall be considered non-responsive and will not be considered for award. (xvi) Any questions regarding this solicitation must be received electronically through email to Gene Chu at gene.chu2@va.gov no later than Thursday, March 28, 2019, 1:00 PM PST. Alternative support contact Won Chae at Won.Chae@va.gov or Daniel Ruiz at Daniel.Ruiz@va.gov. Ensure to reference solicitation number 36C26219Q0520 within subject line of the email. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26219Q0520/listing.html)
 
Record
SN05258250-F 20190324/190322230031 (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  © 1994-2020, Loren Data Corp.