Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2019 FBO #6468
SOLICITATION NOTICE

65 -- Supply: Cryostats equipment

Notice Date
8/7/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
 
ZIP Code
33637
 
Solicitation Number
36C24819Q1220
 
Response Due
8/12/2019
 
Archive Date
9/26/2019
 
Point of Contact
leslie.hawkins2@va.gov
 
Small Business Set-Aside
Total Small Business
 
Description
36C24819Q1102 Page 2 of 2 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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; quotations are being requested and a written solicitation will not be issued.  Solicitation number 36C24819Q1102 is issued as a Request for Quotation (RFQ).   The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC Number: 2019-03, Effective Date: July 12, 2019.   The associated North American Industry Classification System (NAICS) Code for this acquisition is 334510, with a small business size standard of 1250 employees. All interested companies shall provide quotations using the below Price/Cost Schedule format for the following brand name or equal items. PRICE/COST SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 2.00 EA ______________ ______________ Cryostat Manufacturer: LEICA BIOSYSTEMS Model/Product #: CM1860 UV/1491860UVUS (BRAND NAME OR EQUAL) REFER TO STATEMENT OF NEED FOR INFORMATION ON SPECIFIC NEED AND SALIENT CHARACTERISTICS. 0002 2.00 EA ______________ ______________ Power Cable USA Manufacturer: LEICA BIOSYSTEMS Model/Product #: POWER CABLE USA/149186OUS (BRAND NAME OR EQUAL) 0003 2.00 EA ______________ ______________ Heat Extractor Assembly Manufacturer: LEICA BIOSYSTEMS Model/Product #: CM1860 UV Heat Extractor Assembly/1404730792 (BRAND NAME OR EQUAL) GRAND TOTAL ________________ DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 0001-0003 SHIP TO: JAMES A. HALEY VA HOSPITAL 13000 BRUCE B. DOWNS TAMPA, FL 33612 USA ALL ALL ITEMS SHALL BE DELIVERED AND INSTALLED WITHIN 30 DAYS OF ORDER PROCESSING AND ORDER PLACEMENT. STATEMENT OF NEED Cryostat Equipment GENERAL:   The James A. Haley (JAH), VA Hospital, Tampa, Florida will be seeking the procurement two cryostats (brand name or equal) with quick freeze capability and UV self-defrosting functionality. The cryostats are needed for preparing fresh tissue for vital diagnosis for patients, while reducing exposure to infection and injury to employees resulting in less delays in patient care. BACKGROUND :   The Frozen Section Room, JAH VA Hospital currently has two units that were placed in service in 2005, therefore reaching their life expectancy and due for replacement. The cryostats will be used for preparing fresh tissue for vital diagnosis. Staff near the cryostat are protected by the safe, highly effective, ozone-free UVC disinfection and the antimicrobial Nano-silver coating, AgProtect, which provides outstanding safety by reducing exposure to surface pathogens. Quantities:    Two(2) Cryostats Manufacturer:   Leica Biosystems All items are solicited as brand name or equal: Model/Product #:   CM1860 UV/1491860UVUS Model/Product #:   Power Cable USA/149491860US Model/Product #:   CM1860 UV Heat extractor Assembly/14047130792 SPECIFIC NEED / SALIENT CHARACTERISTICS: Cryostats must include the following: Dimensions: 28.7 inches x 28.7 inches x 44.8 inches tall. Due to available space, must meet these dimensions. FDA approved UVC disinfection and antibacterial coating both inside and outside Automatic defrost function Object plate holder with moveable shelf Must be a completely encapsulated cryostat microtome system including a microtome contained in a temperature controlled stainless steel cabinet that is rust proof Precision microtome with stepper motor for high quality sections Blade holder with designated finger guard, blade ejector and palm rest Will need instrument uncrated and set up for use as well as instruction on basic use of the instrument. Must be capable of rapid freezing of tissue specimens Instrument must be thermostatically controlled and insulated Cutting thickness must be adjustable from 1 micron to 100 microns. Should be easily accessible to remove debris Control buttons should be labeled with intuitive icons to shorten the time for sectioning Performance Monitoring:     Contractor shall provide equipment installation and training. Place of Performance:   James A. Haley Veterans Hospital, 13000 Bruce B. Downs Blvd, Tampa, FL.         Delivery Schedule:  All items shall be delivered and installed within 30 days of purchase order processing and order placement. FOB Destination pricing. Warranty of equipment:  Contractor must provide manufacturer(s) warranty on all provided equipment. The following Clauses applies to this acquisition: The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and no additional addenda to the clause included The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. 52.204 10 52.209-6 52.219-27 52.222-19 52.222.21 52.222 26 52.222-36 52.222-40 52.222-50 52.223-18 52.225-13 52.232-33 The clause at VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) The clause at VAAR 852.219-11 VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) The clause at VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) The clause at VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The clause at VAAR 852.246-71 REJECTED GOODS (OCT 2018) The clause at VAAR 852.273-70 LATE OFFERS (JAN 2003) The following Provisions applies to this acquisition: The provision at 52.204-7, SYSTEM FOR AWARD MANAGEMENT (OCT 2016) The provision at 52.211-6, BRAND NAME OR EQUAL The provision at 52.212-1, INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS. The provision at 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) Award shall be made to the quoter whose quotaton offers the best value to the Government. The government will evaluate information based on the following evaluation criteria: TIERED EVALUATION INCLUDING SMALL BUSINESS CONCERNS This procurement is set-aside based on an order of priority as established in 38 U.S.C. 8127. This solicitation is being issued as a tiered evaluation with the following tiers for Service-Disabled Veteran-Owned Small Business concerns, or in the alternative, a tiered evaluation for Veteran-Owned Small Business concerns, or in the alternative, a set-aside for other small business concerns with HUBZone small business concerns and 8(a) participants having priority. If award cannot be made, the solicitation will be cancelled, and the requirement resolicited. Upon completion of the tiered evaluation the comparative evaluation procedures will be used in accordance with FAR 13.106-2(b)(3). COMPARATIVE EVALUATION The Government will award a Firm-Fixed Price contract to the responsible quoter using a comparative evaluation. The comparative evaluation will be performed in accordance with FAR 13.106-2(b)(3). The government reserves the right to select a quotation that provides benefit to the government that exceeds the minimum but is not required to do so. Quoters are advised that quotation may exceed the requirements, but the government is not requesting or accepting alternate quotes; each response must respond to the solicitation requirement, stated in the RFQ. The government will apply the following comparative evaluation process as the basis for award: Assess the direct comparison of one quote with another in a uniform and fair manner to determine which quote provides the government what it needs, where and when in accordance with the Statement of Need (SON) and this Request for Quote. It is an assessment of which response is best as a whole. Once one quotation is found acceptable, it is compared side-by-side to the remaining ones, and the best one is chosen for the best value to the government. The following comparative evaluation factors shall be used: - Technical: Each offeror s quote shall be evaluated based on equipment and services specifications, to determine if the offeror provides a sound, compliant approach that meets the requirements of the Statement of Need and demonstrates a thorough knowledge and understanding of those requirements and their associated risk. In addition, the offeror must submit for evaluation (1) evidence of warranties, (2) specification of brand name or equal products as detailed in the Price/Cost Schedule and Statement of Need. Delivery Date: The purpose of the delivery factor is to assess the offeror s shipment information and after receipt of order (ARO) delivery days to meet the Government s delivery timeframe of 30 days ARO. - Past Performance: The Government may rely on internal documentation including the Contract Performance Assessment Reporting System (CPARS) and contracting officer s knowledge of and previous experience with supply or service being acquired for determining Past Performance. If no record of past performance is found in CPARS, the contract shall not receive a favorable or unfavorable rating but shall receive a rating of neutral. - Price: The Government shall evaluate for award purposes; the price of the supplies or services being acquired based upon the total price proposed for items identified for pricing which are applicable to the basic requirement(s). All offers with separately priced line items or subline items shall be analyzed to determine if the prices are fair and reasonable. Pricing shall be submitted using the enclosed Cost/Price Schedule. Information not contained in a vendor s quote will not be considered during the evaluation. The Government intends to make award selection without clarification but may determine after evaluating submitted quotes that the elements stated in FAR 13.106-2(b)(3) for evaluation procedures are necessary and conduct them as appropriate. The Government reserves the right to make no award if no quotes meet the requirements of this solicitation. The provision at 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. All vendors must have an active registration in the System for Award Management (SAM) portal: https://www.sam.gov prior to award. All quoters certified as a Service-Disabled Veteran-Owned Small Business (SDVOSB) and Veteran-Owned Small Business (VOSB) must be verified as SDVOSB/VOSB in the VetBiz/VIP portal: https://www.vip.vetbiz.gov/ prior to award. The provision at 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) End of Provisions All quotes shall be submitted to Raimundo Rivera at raimundo.rivera@va.gov and Leslie Hawkins at leslie.hawkins2@va.gov by 1:00pm EST on August 12, 2019. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-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/TaVAMC673/TaVAMC673/36C24819Q1220/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;James A. Haley VA Hospital;13000 Bruce B. Downs Blvd;Tampa, FL
Zip Code: 33612
Country: USA
 
Record
SN05397003-F 20190809/190807230112 (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.