SOLICITATION NOTICE
66 -- Thermo Scientific equipment: Spin Tissue Processor, Rotary Microtome ER System, Cryostat, and HistoStar Embedding System
- Notice Date
- 6/11/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- US Department of Veterans Affairs;Veterans Health Administration;Regional Procurement Office (RPO) East;323 North Shore Drive, Suite 500;Pittsburgh PA 15212-5319
- ZIP Code
- 15212-5319
- Solicitation Number
- 36C24E19Q0088
- Response Due
- 6/18/2019
- Archive Date
- 8/17/2019
- Point of Contact
- millicent.covert@va.gov
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- 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 36C24E19Q0088. 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 Service Disabled Veteran Owned Small Business concerns (To receive credit, an Offeror must be registered and verified in VetBiz.gov Vendor Information Pages (http://www.VetBiz.gov). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. 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 VHA Regional Procurement Office (RPO) East has a requirement to purchase a Histology Workstation comprising of the following Thermo Scientific equipment: Spin Tissue Processor, Rotary Microtome ER System, Cryostat, and HistoStar Embedding system for the Iowa City VA Health Care System to replace current equipment nearing end-of-life. 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 Thermo Fisher 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 Thermo Scientific equipment: Spin Tissue Processor, Rotary Microtome ER System, Cryostat, and HistoStar Embedding system equipment in support of continuity of on-going research studies. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT 0001 STP120 - 813160 - STP120 Tissue Processor, 2 processing baskets 1.00 EA 0002 HM 325 - 902100ER - HM325 Rotary Microtome ER System 1.00 EA 0003 HM525NX - 956640EC - HM525 NX Cryostat (115v, 6-Hz) with EC blade holder package 1.00 EA 0004 Histostar - A81000002 HistoStar Embedding Center (110v) 1.00 EA Product Capabilities & Salient Characteristics 1: STP 120, spin tissue processor must process biological specimens from chemical fixation to paraffin infiltration. Features: Immediate and delayed start processing modes Programmable spinning speed of either 60 or 70rpm; spinning can also be programmed off Programmable immersion time in each station (from 1 minute to 90 hours: 59 minutes) Basket capacity of 120 or 240 cassettes Battery backup system in case of power failure Performance: Reagent vessel tops and charcoal-enhanced ventilation help control processing vapors Up to 10 different processing programs maintained Cassette baskets spin counterclockwise and clockwise within reagent container to improve processing Reagent carryover is reduced through gentle centrifugal spinning of basket above reagent vessel Each reagent vessel holds 1.8L of processing reagent 2: HM 325, Rotary Microtome ER System must/must have: Provide specimen thickness ranging from 0.5 m to 60 m Electronic section counter Specimen orientation control allowing horizontal and vertical angle adjustments of the specimen to the knife 3: HM525 NX with EC Package, Cryostat must/must have: Icon-driven user interface for easy operation and adjusting cutting depth and temperature control Defrosting options: programmed/immediate Stepper motor for reproducible section thickness Fine section thickness range: 1-100 m Trimming thickness range: 5-500 m Adjustable inside chamber temperature range from room temperature to -35o C Automatic specimen retraction on return stroke (20 m) Equipped with a light touch hand-wheel for increased comfort and reduced repetitive motion injuries 4: HistoStarEmbedding Center - paraffin embedding and sample chilling workstation. This workstation is designed to reduce fatigue and potential errors common when using other uncomfortable, hot or poorly illuminated embedding work stations. 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 36C24E19Q0088 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 Tuesday, June 18, 2019, NLT Noon EST. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-JUN-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/notices/296eba0df2c81d88dc4560f1e6403773)
- Place of Performance
- Zip Code: 52246-2208
- Record
- SN05337720-F 20190613/190611230036 (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 |