MODIFICATION
66 -- Zeiss LSM 800 Confocal Microscope System (or equal) Amendment to extend due date and clarify specifications.
- Notice Date
- 8/8/2019
- Notice Type
- Modification
- NAICS
- 333314
— Optical Instrument and Lens 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
- 36C24E19Q0079
- Response Due
- 8/13/2019
- Archive Date
- 11/11/2019
- Point of Contact
- Email: michael.haydo@va.gov
- Small Business Set-Aside
- N/A
- Description
- Page 2 of 4 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24E19Q0079 Posted Date: 07/31/2019 Original Response Date: 08/07/2019 Current Response Date: 08/07/2019 Product or Service Code: 6650 Optical Instruments, Test Equipment, Components and Accessories Set Aside (SDVOSB/VOSB): Cascading Set-aside (see cascading instructions below) NAICS Code: 333314 Optical Instrument and Lens Manufacturing Contracting Office Address US Department of Veterans Affairs Regional Procurement Office East Research and Development Team 323 North Shore Dr. Pittsburgh, PA 15212 Description This is an open market 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; quotations are being requested, and a separate written solicitation document will not be issued. 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. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92. The associated North American Industrial Classification System (NAICS) code for this procurement is 333314, with a small business size standard of 500 employees. The Regional Procurement Office, Research and Development Team based in Pittsburgh is seeking to procure one (1) Zeiss LSM 800 Microscopic system, or an equal/better item in accordance with the specifications. All interested companies shall provide quotation(s) for the following: Supplies Line Item Description Quantity Unit Price Total Price 0001 LSM 800 GaAsP; 4 Laser Confocal, Axio Imager Z2: Motorized Upright Stand, Motorized Scanning Stage, Zeiss Colibri-7 LED Light Source, Objectives, Axiocam 506 Monochrome CCD camera, Vibration Isolation Table and Compressor, and a Protect Premium Service Contract. All items are Zeiss (or equal) 1 The following are the minimum requirements for the proposed instruments: Laser Scanning Microscope (LSM) 800 scanning module Confocal Microscope LSM 800 2-channel Gallium Arsenide Phosphid-PMT (GaAsP) Confocal with Airyscan 8-bit and 16-bit dynamic range for each 4 solid state lasers: 405 nm, 488 nm, 561 nm, 640 nm Up to 8 frames @ 512 x 512 pixels Continuous zoom optics from 0.5x to 40x. Frame resolution 6000 x 6000 pixels (with Airyscan 4000 x 4000 pixels) Main beam splitter for 4 laser lines Internat auto-focus with 640nm line MBS and VSD at 10 degree angle Laser attenuation by a factor of 20 to yield an overall attenuation of 10.000:1 Airyscan with GaAsP array detectors for (40x or 63x) super resolution Switching Motorized Mirror Apochromatic, monolithic pinhole optics Scanning Module Optics: Diffraction-limited excitation and imaging from 400-720 nm Scanners: Two independent, galvanometric scan mirrors with ultrashort line and frame flyback Scan resolutions from 4x1 up to 6000 x 6000 pixels in confocal mode and up to 4000 x 4000 pixels in Airyscan superresolution mode Scan zoom from 0.5x to 40x Scan rotation: Freely rotatable scan field (0-360 °) and free XY offset. Scanning Speed up to 8 images/sec (Airyscan max. 4,000 x 4,000 pixels) also for multiple channels, continuously adjustable. Axio Imager.Z2 Upright Microscope Motorized 6 position objective nosepiece with capability for Differential Interference Contrast (DIC), as well as automatic component recognition. Motorized XY scanning stage with Mark and Find Positions 0028yz) and mosaic scan with smallest increments of 0.2 Um Transmitted Light DIC set Smallest Z drive increment: 10nm Docking Station VIS-LED lamp for laser systems Light Manual Set: Reflected-light illuminator for FL and HD and with openings for manual stop sliders and filter wheels, Transmission range 340-1100 nm, with 340 nm and 1100 nm ~ 40%, incl. high speed shutter, fluorescence attenuator, manual stop slider with centerable luminous-field diaphragm adjustable in discrete steps - motorized 6-position reflector turret for P&C modules (e.g. fluorescence filter sets) - Compensator mount 6x20mm and Antiglare screen Colibri-7 LED Light source 7 channel LED solid State Light Source Monochrome CCD for widefield imaging Red (630nm) for excitation of Cy5, Alexa 631, TOTO-3 and similar dyes Yellow (590nm) for excitation of mCherry, Alex 568, mPlum and similar dyes Green (555nm) for excitation of Cy3, TRITC, DsRed and similar dyes Cyan (511nm) for excitation of eCFP, Eosin, TOTO-1 and similar dyes Blue (475nm) for excitation of eGFP, Fluo4, FITC and similar dyes Violet (430nm) for excitation of eCFP, Lucifer Yellow, Alexa 430 and similar dyes UV (385nm) for excitation of DAPI, Alexa 405, Hoechst 33258 and similar dyes Objectives Objective Plan-Apochromat (PApo) 10x/0,45 WD=2.0 M27 Objective PApo 20x/0.8 M27 (FWD=0.55mm) 40x/0.95 Corr D=0.25 M27 63x/1.40 Oil DIC M27 Objective Fluar 2.5x/0.12 <27 DIC Slider PN 40x, F 40x, PA 40x DIC Slider PA 63x/1.4 III HR 2.55x0.16 WD, 10x0.45 WD, 20x0.8, 40x1.4 Oil DIC (UV) VIS-IR, 63x1.4 Oil DIC M27 with high numerical apertures Pinhole Workstation with 32 GB memory and 27 monitor Axiocam 506 Monochrome Research Camera Vibration Isolation table and compressor ZEN Basic Software 3-year Warranty Coverage This is a BRAND NAME OR EQUAL REQUIREMENT for a Zeiss LSM 800 system with Airyscan, Confocal Microscopic system or an equal (or better) system in accordance with the salient characteristics and the solicitation specifications. Any equivalent products shall meet, or exceed, all of the salient characteristics shown above. All responses shall include product information that demonstrates equivalency to the salient characteristics. Delivery: Address: Los Angeles, VAMC 16111 Plummer St North Hills, CA 91343 The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors Commercial, (ix) A statement regarding the applicability of Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. 52.212-4, Contract Terms and Conditions Commercial Items, 52.211-6, Brand Name or Equal 852.211-73, Brand name or equal. 852.246-70, Guarantee The following subparagraphs of FAR 52.212-5 are applicable: (a) All (b) Sections (1)(4)(8)(16)(21)(22)(26)(27)(28)(29)(30)(31)(32)(33)(42)(46)(49)(55) (d) All The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. In accordance with 52.212-2, Evaluation Commercial Items, the following will be used to evaluate offers: Award shall be made to the offeror whose quotation offers the best value to the government, considering the cascading procedures outlined below, technical capability, and price. The government will evaluate information based on the following evaluation criteria: (1) meeting the cascading rule of two under any tier; (2) technical capability factor "meeting or exceeding the requirement, and (3) price". Additional contract requirement(s) or terms and conditions determined by the contracting officer: Set Aside Cascading set-aside procedures with the order of precedence as follows: 1. In accordance with FAR Subpart 19.1405 and VAAR Subpart 819.7005, any award under this solicitation will be made on a competitive basis first to an eligible Service Disabled Veteran Owned small business [SDVOSB] concern provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Service Disabled Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 2. If there is inadequate competition for award to an SDVOSB concern, the SDVOSB set-aside shall be withdrawn and cascaded to the next contracting order of priority in accordance with VAAR 819.7004, which is Veteran Owned Small Businesses (VOSB) and conducted in accordance with the procedures set forth in VAAR 819.7006 provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 3. If there continues to be inadequate competition between SDVOSB and VOSB concerns, the cascading will continue through the contracting order of priority in accordance with VAAR 819.7004 and FAR 19.203. If the contracting officer determines that offers from small business concerns do not meet the solicitation requirements in terms of technical acceptability, past performance, and fair market price, the small business set-aside[s] will be withdrawn and award will be made on the basis of full and open competition. Adequate competition: Adequate competition shall be deemed to exist if At least two competitive offers are received from qualified, responsible business concerns at the set-aside tier under consideration; and Award could be made at fair market price as determined in accordance with FAR 19.202-6. The VA contracting officer reserves the right to consider competitive proposals submitted from all responsible offerors (including large businesses) in determining the fair market price. Due date and submission of quotes: Submission shall be received not later than 8/13/2019 at 10:00 AM EST and shall be directed electronically to Michael.haydo@va.gov. Offers shall be marked with the solicitation number. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Faxed and telephone offers will not be accepted. Information regarding the solicitation may be addressed to the Contracting Officer, Michael Haydo, michael.haydo@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-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/notices/31f7cfdf6877051623f8fd0266fe57dd)
- Record
- SN05399050-F 20190810/190808230116 (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 |