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 -- Microscope Instrument System, Upright/Inverted w Accessories

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 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26219Q0920
 
Response Due
7/17/2019
 
Archive Date
8/16/2019
 
Point of Contact
562-766-2308
 
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 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 36C26219Q0920 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 total set-aside procurement to a(n) SDVOSB Service-Disabled Veterans Owned Small Business, with associated NAICS North American Industrial Classification System Code 334516 and business size standard of 1000 employees. (v) The Department of Veterans Affairs, VA San Diego Healthcare System, Research Service, is seeking to procure one (1) microscope instrument system for facilitating continued research and lab studies of genetically manipulated tissues and cells in the cardiology field. The instrument system would consist of one multifunctional microscope with convertible usage configuration features, capable of capturing still and video images of various sampling applications in low background imaging contrast without the use of a darkroom facility, including requisite accessories. (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. The microscope instrument system (Brand Name or Equal) must contain the following salient characteristics: Must provide the capability for bench microscopy to occur in a way that does not require a dark room. Must be benchtop mobile with dimensions not to exceed 16 inches in width by 25 inches in length by 28 inches in height. Capable of converting viewing configuration interchangeably, upright to inverted, and vice-versa, within minutes so that images can be viewed from above or beneath the stage. Feature a built-in touch-interface to facilitate ease of use of instrument. Capable of up to ten (10) lens objectives set in place simultaneously to facilitate a range of magnifications necessary for any photo microscopic purpose. These would include: Fluorescent Objectives: 1.25x Plan Apo 2x Plan Apo 4x Plan Apo 10x Plan Apo 20x Plan Apo 40x Plan Apo 60x Plan Apo Oil immersion Phase Contrast Objectives: 4x Phase Fluorite 10x Phase Fluorite 20x Phase Fluorite Have use of a minimum of six (6) different fluorescent transmitted channels in a motorized turret for the same sample. The fluorescent filter cubes would be for imaging the following: DAPI FITC TRITC CY5 AF594 CY7 LED light-source that is mercury-free. Feature a transmitted function for recording cells and tissues in the transmitted mode. Feature a fluorescent function for recording cells and tissues in the fluorescent mode. Capable of using both transmitted and immunofluorescent microscopy for imaging assessment and recording, directly on the benchtop, without the need for a darkroom facility. Capable of video and panoramic imaging to be performed for wide-field imaging and/or for moving images requirements directly on the bench top, without the need for a darkroom facility. Feature a built-in low-level fluorescent capable camera to directly record all images. Must interchangeably operate in selected modes: transmitted, brightfield, darkfield, phase and polarized filtering modes. Must include analytic software for measurement of dimensions, annotations of images, cell counting, built-in scale bars, etc. Must be able to export images files in a range of formats such as.tiff or.jpeg to be compatible with other types of software. Must have stage inserts for slides, hemocytometer, petri dishes of sizes from 35mm to 100mm. Must be capable of storing up to 256 GB of data. Must be capable of sharing/exporting data/images via USB or shared network drive (i.e. Dropbox or Airdrop). Must include a minimum standard warranty of 12 months. Brand Name Information: Model Part # Description QTY Revolve 4 FJSD2001 Multifunctional Hybrid (Upright 7 Inverted) Microscope 1   75990-690 Stage Insert Universal 1   75990-692 Stage Insert Glass Slide 1 75990-700 Stage Insert Hemocytometer 1 75990-694 Petri Dish Stage Insert Holds 4 - 35 mm 1 75990-696 Petri Dish Stage Insert Holds 2 - 60 mm 1 75990-698 Petri Dish Stage Insert Holds 1 - 100 mm 1 76299-578 Led Light Cube Fluorescence Filter Set 1 76299-580 Led Light Cube Fluorescence Filter FITC 1 76299-582 Led Light Cube Fluorescence Filter TRITC 1 76299-586 Led Light Cube Fluorescence Filter CY5 1 76299-586 Led Light Cube Fluorescence Filter CY5 1 76299-594 Led Light Cube Fluorescence Filter CY7 1 76299-588 Led Light Cube Fluorescence Alexa 594 1 75992-480 Objective 1.25x Plan APO NA 0.04 WD 5 mm 1 75992-482 Objective 2x Apochromat NA 0.08 WD 6.2 mm 1 75992-486 Objective 4x Apochromat NA 0.16 WD 13 mm 1 75990-626 Objective 10x Apochromat NA0.40 WD 3.1 mm 1 75990-638 Objective 20x Apochromat NA 0.75 WD 0.6 mm 1 75990-658 Objective 40x Apochromat NA 0.95 0.18 mm 1 75990-674 Objective 60x Apochromat Oil 1.42 0.15 mm 1 75992-490 Objective 4x Fluorite Phase NA 0.13 17 mm 1 75990-630 Objective 10x Fluorite PHS NA 0.30 10 mm 1 75990-642 Objective 20x Fluorite ELWD NA 6.6-7.8 mm 1 76299-598 Condenser ELWD Universal NA 0.30 WD 73 mm 1 76299-600 Condenser High Resolution Universal 7 mm 1 *The manufacturer is Discover Echo. (vii) Delivery shall occur within 60 days after award to the following FOB destination: VA San Diego Healthcare System - Research Service 3350 La Jolla Village Drive San Diego, CA 92161 (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. (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) 52.212-3-- Offeror Representations and Certifications -- Commercial Items The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. (b) (1) Annual Representations and Certifications. Any changes provided by the Offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications in SAM. (2) The offeror has completed the annual representations and certifications electronically in SAM accessed through http://www.sam.gov. After reviewing SAM information, the Offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), at the time this offer is submitted and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs __. [Offeror to identify the applicable paragraphs at (c) through (u) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] [(c) through (u) of the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov.] (End of Provision) (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. (xiii) N/A (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 July 17, 2019, 1:00 PM PST. Ensure to reference Solicitation Number 36C26219Q0920 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 July 15, 2019, 1:00 PM PST. Ensure to reference Solicitation Number 36C26219Q0920 within subject line of the email. Clauses Incorporated by Reference (Feb 1998) [FAR 52.252-2] This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. FAR/VAAR Title Date 52.211-6 Brand Name or Equal Aug 1999 52.212-1 Instructions to Offerors Commercial Items Oct 2018 52.212-4 Contract Terms and Conditions Commercial Items Jan 2017 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items Jan 2019 852.203-70 Commercial Advertising May 2018 852.237-70 Contractor Responsibilities Apr 1984 852.246-71 Inspection Jan 2008 Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm http://www.acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp 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/LBVANBC/VAMD/36C26219Q0920/listing.html)
 
Place of Performance
Address: VA San Diego Healthcare System;Research Service;3350 La Jolla Village Drive;San Diego, CA
Zip Code: 92161
Country: USA
 
Record
SN05365620-F 20190712/190710230051 (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.