DOCUMENT
66 -- CRYOSTAT_636-19-3-4602-0443 – ADAMS (VA-19-00063567) - Attachment
- Notice Date
- 9/19/2019
- Notice Type
- Attachment
- NAICS
- 334516
— Analytical Laboratory Instrument 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
- 36C24E19Q0193
- Response Due
- 9/24/2019
- Archive Date
- 11/23/2019
- Point of Contact
- Ms. Millicent Covert
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. This is a Request for Quote (RFQ) and the solicitation number is 36C24E19Q0193. The government anticipates awarding a firm-fixed price contract resulting from this combined synopsis/solicitation. This solicitation is issued as a 100% set aside for small business concerns. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisition.gov. CONTRACT DESCRIPTION AND REQUIREMENTS The Iowa City VA Medical Center has a requirement to purchase a Leica CM3050 S Cryostat for the Research Office Building. A firm-fixed price contract will be awarded for the purchase of Brand Name or Equal equipment in accordance with all terms, conditions, provisions, specifications and schedule of this solicitation herein. Quotes shall contain the Offeror s best terms for cost/price and technical capabilities of the required Leica, or equivalent, equipment. The government reserves the right to award without discussions. 1.1 PRICING The Offeror shall submit price quotes for the required brand name or equal equipment, to the specifications listed in Section 1.2 below. Please enclose the established price list and description of capabilities and product specifications for the required equipment. The Offeror shall submit a separate price sheet for equal items to include Manufacturer Name, Stock/Part #, Unit of Issue and Price. Items offered that are brand name or equal shall identify items as being on GSA schedule and reference the contract number for each item. Note: The Offeror should include a description of any support services or warranty information in the technical quote. 1.2 REQUIRED PRODUCTS & SPECIFICATIONS The Leica CM3050 S Cryostat, or equal, equipment to investigate tissue samples from their current research project. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT 0001 Leica CM3050 S configured includes: 1 Cryostat with microtome (14 0470 33518) 1 Handwheel with marking, antibacterial (14 0443 36660) 1 Heat extractor, stationary (14 0369 11197) 1 Low temperature stabilizer for heat extractor (14 0452 27919) 1 90o prism for direct specimen freezing on specimen head with clamping screw to facilitate specimen trimming (14 0443 25949) 1 Set of specimen discs (14 0470 43550): 4 Specimen discs, 25 mm (14 0416 19275) 4 Specimen discs, 30 mm (14 0370 08587) 1 Storage shelf, right (14 0443 25723) 1 Storage shelf, left (14 0443 33549) 1 Section waste tray (14 0400 26817) 1 Foot switch with protective guard (14 0505 33888) 1 Rubber mat (14 0443 25732) 1 Freezing shelf cover (14 0443 30783) 1 Brush shelf (14 0398 13088) 1 Tool set (14 0436 43463): 1 Brush, fine (14 0183 28642) 1 Leicabrush with magnet (14 0183 40426) 1 Allen key, size 1.5 (14 0222 10050) 1 Allen key, size 2.5 (14 0222 04137) 1 Allen key, size 3.0 (14 0222 04138) 1 Allen key, size 4.0 (14 0222 04139) 1 Allen key with spherical head, size 4.0 (14 0222 32131) 1 Allen key, size 5.0 (14 0222 04140) 1 Allen key with handle, size 5.0 (14 0194 04760) 1 Allen key, size 6.0 (14 0222 04141) 1 Singlehead wrench, size 13 (14 0330 33149) 1 Singlehead wrench, size 16 (14 0330 18595) 1 Tissue freezing medium for cryosectioning, 125 ml (14 0201 08926) 1 Bottle of cryostat oil, 50 ml (14 0336 06098) 1 IFUBundle Leica CM3050 S (14 0443 80001) consisting of: 1 Instructions for use Leica CM3050 S, printed, DE/EN 1 CD including available languages 1 IFUlanguage order 1 Knife holder base (14 0419 26140) 1 Knife holder CE for low profile disposable blades (14 0419 33990) 1 Pressure plate for high profile disposable blades (14 0502 29553) Leica 14041149613 Power cable for USA Japan 1.00 EA 1.3 Product Capabilities & Salient Characteristics or equal Biomedical grade cryostat with low profile disposable blade holder, adjustable ergonomic working height, programable defrost cycle, sectioning range of 0.5-300microns. Used for producing high quality cryo-sections for downstream histochemical analysis. Fully automated as well as manual cryostat for biomedical, neuro-anatomical and pharmaceutical research Spacious, easy-to-clean cryochamber with removable heated glass sliding window Static refrigeration with minimal temperature increase when glass door is open Cryochamber temperature down to a maximum of 40 °C in 1 °C intervals (provided that all temperature, humidity, room and ventilation requirements are met) Permanently cooled quick-freeze shelf (down to -45 °C) for up to 10 specimen discs Quick freezing down to 50 °C using freezing prism Automatic 24 hour hot gas defrost cycle that is programmable from 6 12 minutes in duration Manual defrost available at any time Encapsulated, stainless steel microtome Stepper motor specimen feed Precision x-y specimen orientation of 8 degrees in any direction Horizontal specimen feed of 25 mm Total vertical stroke of approximately 60mm Counterbalanced handwheel Center position for motorized sectioning or normal position for manual operation Lockable in two locations (specimen at top or bottom of stroke) Wide range of knife and disposable blade holders Static-free glass anti-roll plate with four usable edges Microprocessor-controlled Foil-protected control panel with locking key to prevent inadvertent parameter changes Programmable, motorized sectioning operated via the control panel or foot switch Three sectioning modes (Intermittent, Single and Continuous) Two speed motorized coarse feed of 500 µm/s and 1000 µm/s Two sectioning speeds available of 0.1 - 170 mm/s and 0.1 - 100 mm/s (Additional maximum speed setting of 210 mm/s) Adjustable cutting window for precise speed control where the block encounters the blade and a faster movement for the remainder of the stroke 50 µm specimen retraction Emergency stop mechanisms on control panel and in foot switch Convenient trim and section thickness selection from outside the cryochamber Programmable trimming from 5-150 µm in 5, 10, 30, 50, 100 and 150 µm increments Specimen cutting thickness range of 0.5 µm to 300 µm Programmable reverse section counter (preset counter) Status display shows actual chamber and object (optional) temperatures, cutting window parameters, specimen position, refrigeration state, preset temperatures, actual and defrost times, programmable preset counters, section thickness, and power failure alert Digital displays with reset for totalized number of sections cut and micrometer advance Ergonomic Height adjustment The product capabilities and salient characteristics identified above by a brand name or equal" description are intended to be descriptive, not restrictive, and to indicate the quality and characteristics of the product that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by the brand name) will be considered if such product is clearly identified in the quote and is determined by the VA to meet fully the salient characteristics on above products. If offering an equivalent product, the brand name of the equivalent product shall be clearly identified in the quote. Unless visibly identified as an equivalent product, offered items shall be considered as the brand name product referenced in this announcement. The evaluation of quotes and the determination as to the equality of the products shall be the responsibility of the Government and shall be based on information provided by the Offeror. The Government is not responsible for locating or securing any information not provided in the quotation by the Offeror. To ensure that sufficient information is available, the Offeror must furnish, as a part of the quote, all descriptive material necessary for the purchasing activity to determine whether the products meet the salient characteristics of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement shall include a clear description of the proposed modification and clearly mark any descriptive material to show the proposed modification. Offers that do not have descriptive material will not be considered for award. Instructions to the Offeror Basis for award resulting from this RFQ will made to the Best Value Offer that provides a complete package pursuant to the preparation requirements set forth in 52.212-1. FAR 52.212-2 (Evaluation- Commercial Items) will be incorporated in full text into the RFQ and will be evaluated on the following factors. Evaluations will be in accordance with FAR 13 Simplified procedures. Evaluation Factors for Award: Factor 1 - Technical Capabilities All offerors must meet or exceed all requirements and salient features as listed in the Statement of Need. Factor 2 - Past Performance - Past Performance will be based on the most current PPIPRS Report. Factor 3 - Price The following FAR provision and clauses apply to this solicitation and are incorporated by reference. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-89, Effective July 2, 2015. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquistion.gov. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. FAR 52.212-1 Instructions to Offerors Commercial FAR 52.212-2 Evaluation- Commercial Items FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-4 Contract Terms and Conditions FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Item FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-8 Utilization of Small Business Concerns (Oct 2014) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.211-6 Brand Name or Equal FAR 52.233-2 Service of Protest Quotes shall be submitted via email to millicent.covert@va.gov and Offerors must reference Solicitation 36C24E19Q0193 in the subject line of the email. No telephone request for information will be considered. Incomplete packages will be considered nonresponsive. All offers must be received by the closing date Tuesday, September 24, 2019, NLT Noon EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f2c18a34e07e0f3f240a281ac4357ecb)
- Document(s)
- Attachment
- File Name: 36C24E19Q0193 36C24E19Q0193_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5163346&FileName=36C24E19Q0193-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5163346&FileName=36C24E19Q0193-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24E19Q0193 36C24E19Q0193_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5163346&FileName=36C24E19Q0193-000.docx)
- Record
- SN05450669-W 20190921/190919230759-f2c18a34e07e0f3f240a281ac4357ecb (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 |