Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2019 FBO #6440
SOLICITATION NOTICE

66 -- Path Station

Notice Date
7/10/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;3140 Governor’s Place Blvd. Suite 210;Kettering OH 45409-1337
 
ZIP Code
45409-1337
 
Solicitation Number
36C25019Q1066
 
Response Due
7/16/2019
 
Archive Date
8/15/2019
 
Point of Contact
louann.gilliland@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: 36C25019Q1066 Posted Date: 7/10/2019 Original Response Date: 7/16/2019 Current Response Date: 7/16/2019 Product or Service Code: 6640, Laboratory Equipment and Supplies Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 334516, Analytical Laboratory Instrument Manufacturing Contracting Office Address Department of Veterans Affairs, Network Contracting Office (NCO) 10, Service Area Office (SAO) Central, 3140 Governor s Place Blvd, Suite 210, Kettering, OH 45409 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, Analytical Laboratory Instrument Manufacturing with a small business size standard of 1,000 employees. This is a 100% total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside procurement. The VA Ann Arbor Healthcare System, 2215 Fuller Road, Ann Arbor, MI 48105-2303 is seeking to purchase five (5) PathStations: Integrated Macro Imaging System Grossing Workstations. Purpose: The Spot Camera PathStation is to be used in Anatomic Pathology during gross dissection and dictation of human specimens submitted for diagnosis. The PathStation is an integrated macro imaging system which will be used at every grossing station. The high definition camera system will allow digital archiving of gross images. The system provides full measurement, custom annotation, and dimensional reference. This system is of extreme importance when documenting the nature of a lesion, tumor or surgical margin, which are currently being hand drawn. This system will provide quality and concise images for our team of Pathologists, surgeons and physicians. Equipment shall be delivered and fully assembled and in operational condition. Equipment shall be offloaded by vendors designated carrier to the street level. Pre-notice of delivery date is required with minimum 24 hours notice given to logistics. Operational condition and assessment shall be validated by the logistics POC. All contracted equipment and accessories shall be inventoried and accounted for to ensure brand new condition upon arrival. This combined synopsis/solicitation uses a brand name or equal description of the products required. This permits prospective contractors to offer products other than those specifically referenced by brand name. Items called for have been identified 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. All interested companies shall provide quotes for the following: Line Item Model Number Description Quantity Unit Price Extended Price 1 PATHSTATION PathStation: Integrated Macro Imaging System for Grossing Workstations. 5 Each 2 HDVGUSB3 HD VISION USB3 CAMERA HEAD FOR GROSSING WORKSTATIONS AND MACRO IMAGING APPLICATIONS; INCLUDES CAMERA CABLE AND MUST BE CONFIGURED INTO A COMPLETE SYSTEM 5 Each 3 PTNEWSTDBRKT PATHSTATION NEW WORKSTATION STANDARD BRACKETING FOR G2 OR G20 CAMERA 5 Each 4 SETCOMP100 INSTALLATION AND SETUP OF CUSTOMER-SUPPLIED COMPUTER (SEE PATHSUITE USER GUIDE FOR MINIMUM COMPUTER REQUIREMENTS) 1 Each 5 PATHSUITE2 IMAGE CAPTURE AND ARCHIVE SOFTWARE FOR PATHOLOGY; INTERFACES FOR MICROSCOPY AND GROSSING APPLICATIONS WITH USB KEY/DONGLE 1 Each 6 PTFTSWCH5 PATHSUITE FOOT SWITCH PROGRAMMED FOR PATHSUITE 2; FULLY COMPATIBLE WITH PATHSUITE 1 UPDATES TO PATHSUITE 2 5 Each 7 USB3HUB USB 3.0 AND 2.0 7-PORT HUB, INCLUDES 5V/4A ADAPTER 5 Each 8 PSS-PLT-1STYR 1ST YEAR PATHSUITE SOFTWARE SUBSCRIPTION AND HELP DESK SUPPORT INCLUDED WITH ORIGINAL PURCHASE 1 Each 9 PSH-ER-1STYR 1ST YEAR HARDWARE WARRANTY INCLUDED WITH ORIGINAL PURCHASE 1 Each 10 PTCHECKOUT WORKFLOW EVALUATION, WORKSTATION LAYOUT, PRE-INSTALL CHECKLIST & FINAL CHECKOUT PROCEDURES 1 Each 11 1HROSSUP ON-SITE INSTALLATION 1 Each 12 PSH-ER-5YR 5-YEAR EXTENDED REPLACEMENT WARRANTY - PATHSTATION G2 CAMERA, FOOTPEDAL WITH 30% DURATION DISCOUNT 1 Each 13 PSS-PLT-5YR 5-YEAR PATHSUITE2 SUBSCRIPTION AND HELP DESK SUPPORT 1 Each Total Price OFFERORS SHALL PROVIDE DESCRIPTIVE LITERATURE, TO INCLUDE CURRENT WARRANTY PROVISIONS TO SUPPORT THE GOVERNMENT S EVALUATION OF THE OFFERED PRODUCT(S). (See Clauses FAR 52.211-6 Brand Name or Equal and VAAR 852.211-73 Brand Name or Equal) This procurement is for new items only; no remanufactured or "gray market" items. No remanufactures or gray market items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment, verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment shall be in accordance with the OEM terms and conditions. Place of Performance The Contractor shall deliver the quoted items, FOB Destination. Contractor shall indicate on the quote how many days after receipt of an order (ARO) the items can be delivered. Contractor shall deliver the items fully assembled and in operational condition. Delivery shall be to the VA Ann Arbor Healthcare System, 2215 Fuller Road, Ann Arbor, MI 48105-2303. Award shall be made to the contractor whose quote offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor meeting or exceeding the requirement, (2) past performance, and (3) price. The following solicitation provisions apply to this acquisition: FAR 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 2018) FAR 52.212-3, Offerors Representations and Certifications Commercial Item (Jan 2017) VAAR 852.211-72, Technical Industry Standards (Nov 2018) The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (May 2019) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractor (Dec 2013) VAAR 852.203-70, Commercial Advertising (May 2018) VAAR 852.211-70, Service Data Manual (Nov 2018) VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jul 2016) (DEVIATION) VAAR 852.232-72, Electronic Submission of payment Requests (Nov 2018) VAAR 852.246-71, Rejected Goods (Oct 2018) The full text of provisions or clauses may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp This is an open-market combined synopsis/solicitation.  The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition. OR The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: (Contractor shall list exception(s) and rationale for the exception(s)). Interested vendors are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System for Award Management (SAM) database prior to award of a contract. Registration is available at www.sam.gov. To be eligible to respond as an SDVOSB, a firm must be Center for Veterans Enterprise (CVE) registered in VetBiz. Registration may be accomplished at http://www.vip.vetbiz.gov. Offers received from concerns that are not Service-Disabled Veteran-owned Small Business (SDVOSB) shall not be considered and will not be evaluated. Quotes shall be sent by e-mail only to LouAnn.Gilliland@va.gov no later than 5:00 pm ET, July 16, 2019. Telephone inquiries will not be accepted. Questions pertaining to this solicitation shall be sent by e-mail only to LouAnn.Gilliland@va.gov no later than 5:00 pm ET, July 15, 2019. Questions received after the specified date and time will not be considered. Point of Contact LouAnn Gilliland Contract Specialist Network Contract Office (NCO) 10 Office: 937-268-6511 Email: LouAnn.Gilliland@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JUL-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/DaVAMC552/DaVAMC552/36C25019Q1066/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;VA Ann Arbor Healthcare System;2215 Fuller Road;Ann Arbor, MI
Zip Code: 48201-1916
Country: USA
 
Record
SN05365202-F 20190712/190710230032 (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.