Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2019 FBO #6466
SOLICITATION NOTICE

65 -- 534-19-3-7145-0015, Fluorescence Microscope, Research Department (VA-19-00061610)

Notice Date
8/5/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
36C24719Q0859
 
Response Due
8/13/2019
 
Archive Date
11/20/2019
 
Point of Contact
843-789-6682
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation Number: 36C24719Q0859 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. (ii) The solicitation number is 36C24719Q0859 and is issued as a COMBINED SYNOPSIS/SOLICITATION (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a total small business set aside. The North American Industry Classification System (NAICS) code is 334510. (v) This requirement consists of the following: Brand name or equal. See salient characteristics below that must be met. ITEM NO. DESCRIPTION QUANTITY UNIT ESTIMATED OR STOCK NO. UNIT COST ----------------------------------------------------------------------------- SHARED-EQUIPMENT: BZ-X810 1 FLOURESCENCE MICROSCOPE HEAD 1 EA BZ-X800 2 MICROSCOPE CONTROLLER 1 EA BZ-H4XD 3 MULTI-STACK MODULE 1 EA BZ-H4XF 4 SECTIONING MODULE 1 EA 972083 5 TOKAI HIT 5% CO2 1 EA BZ-H4XT 6 TIME-LAPSE MODULE 1 EA BZ-H4A 7 ANALYSIS SOFTWARE 1 EA BZ-H4C 8 HYBRID CELL COUNTING 1 EA BZ-H4CM 9 MACRO CELL COUNTING 1 EA BZ-H4M 10 MEASUREMENT MODULE 1 EA OP-87762 11 BZX FILTER DAPI 1 EA OP-87763 12 BZX FILTER GFP 1 EA OP-87765 13 BZX FILTER TEXAS RED 1 EA OP-87766 14 BZX FILTER CY5 1 EA 972029 15 CFI PLAN APO 2X LENS 1 EA 971936 16 CFI PLAN APO 10X LENS 1 EA 972032 17 CFI PLAN APO 20X LENS 1 EA 971963 18 S PL FL ELWD ADM 40XC LENS 1 EA 972036 19 CFI PLAN APO 60XH LENS 1 EA 972326 20 WORKSTATION 1 EA 971806 21 IMMERSION OIL 1 EA BZ TRAINING 22 TRAINING 1 EA TOTAL COST: $ Salient Characteristics Keyence All-in-One Fluorescence Microscope Any alternative equipment offered shall be of a Brand Name or Equal capability of the product listed above. The following are salient characteristics which must be met for the Government to consider any alternative equipment: This acquisition for the brand name product is appropriate as the identified microscope is the only product that can meet the following Government requirements: - Microscope is operable without a darkroom providing an observation environment that does not compromise the background contrast necessary for fluorescence observation, - The electronic shutter, electronic XY/Z stage, electronic revolver, electronic filter turret, electronic color filters, phase-contrast slit electronic switching mechanism, electronic dimmer filter, and electronic aperture control are standard-equipped, all operable with a mouse, - The electronic XY axes stage must have a stroke of 100 mm x 64 mm or larger, and a minimum travel pitch of 1 m or smaller. The electronic Z axis stage must have a stroke of at least 8 mm and a minimum pitch of 0.1 m or smaller, - There must be four parts that allow for fluorescence filter switching, - Objective lens with a magnification of 2x to 60x should be mountable. Up to six lenses should be mountable at a time, - The microscope shall be equipped with a cooled monochrome CCD with a cooling temperature more than 25 ºC below ambient temperature. Additionally, a mechanism that captures images in full color, with the insertion of color filters via electronic control, should be available, and - The microscope (main unit) shall be installable within a space of 500 mm (H) x 350 mm (W) x 500 mm (D) with its panel closed. The following advanced specifications are required: - The microscope shall be equipped with a navigation function with which the observation point moves to the location clicked on the wide-area map image, enabling high-magnification observation while preserving the wide-area map image that is keyed to the XY stage coordinate information. All mountable lenses should allow the generation of a wide-area map image. - The microscope shall be equipped with a function that seamlessly stitches images (maximum of 50,000 x 50,000 pixels) captured via the automatic range set-up when the imaging range is specified by clicking on the edge of the specified range, using any mountable lens. - Optical sectioning that is unaffected by fluorescence blurring during fluorescence imaging shall be possible. - The microscope shall be equipped with a function that automatically selects cells based on contour and color contrast and automatically takes count and calculates the area, perimeter, Feret diameter, longest diameter, shortest diameter, and the integrated value of luminance. -There should also be a function that uses the selected image information as a mask area to perform automatic counting upon re-setting the conditions for the images in each area, also enabling an easy measurement of area ratio, etc. Other Salient Characteristics - The system shall enable outputting, as a conditions file, of measurement conditions used with the automatic counting function. Furthermore, the system should have a macro processing function that performs automatic counting on multiple image files at once with the same conditions based on the conditions file. - The microscope shall be equipped with a function that records videos at a frame rate of 95 fps or higher. - Images shall be recorded at 12,000,000 pixels or more. - The microscope shall allow for the mounting of temperature/CO2 regulated chamber for time-lapse imaging. The mounted chamber should allow for multi-well plates to be set inside it. -Training and maintenance by the manufacturing company should be included, to extend over the lifetime of the instrument. (vi) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (vii) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: 1. Documentation that confirms the company/employees are manufacturer authorized resellers/ distributors and installers of the quoted items. 2. If you are quoting/offering or equal items, the offeror must submit manufacturer product literature that confirms the item(s) meets all the salient characteristics for the specified items. The salient characteristics for the specified item(s) are contained in the applicable manufacturer s literature. 3. If you are quoting/offering or equal items, the offeror must clearly identify the exact make, model, manufacturer and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the equal product meets the salient characteristics will not be considered for award. This is not applicable to offerors that are quoting EXACT MATCH items. 4. Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov (viii) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE WRITTEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. (ix) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (x) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xi) n/a (xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xiii) n/a (xiv) QUESTIONS: All questions regarding this solicitation need to be electronically submitted to Michael Giffon, NCO 7 Contract Specialist e-mail michael.giffon@va.gov. The solicitation number must be identified on all submitted questions. (xv) Site Visit: N/A (xvi) QUOTES/OFFERS ARE DUE August 13, 2019, at 3:00PM eastern standard time (est). Only electronic offers will be accepted; submit quotation by email to Michael Giffon, NCO 7 Contract Specialist e-mail michael.giffon@va.gov. All offers must include the solicitation number. Quotes/offers received after this date may not be considered for award. (xvii) Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 SHIP TO ADDRESS: RHJ VAMC Warehouse 3130 Pacific Street North Charleston, SC 29401 Attn: Albert German, 843-529-0869 X3504 Albert.german@va.gov Primary Point of Contact: Michael Giffon Michael.giffon@va.gov 843-789-6682 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-AUG-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/ChaVAMC/VAMCCO80220/36C24719Q0859/listing.html)
 
Record
SN05392666-F 20190807/190805230027 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.