Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOLICITATION NOTICE

66 -- Planar Patch Clamp Recording System Brand-name or equal

Notice Date
2/27/2020 10:49:41 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24520Q0228
 
Response Due
3/6/2020 8:59:59 PM
 
Archive Date
04/05/2020
 
Point of Contact
Chantey Bostchantey.bost2@va.gov
 
E-Mail Address
chantey.bost2@va.gov
(chantey.bost2@va.gov)
 
Awardee
null
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6 and is being conducted under FAR Subpart 13; simplified acquisition procedures apply. VA will conduct the procurement according to a combination of FAR Part 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures 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 is 36C24520Q0228 and is issued as a Request For Quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2020-04, fiscal year 2020. 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 requirement will use the cascading set-aside strategy, compliant with 38 U.S.C. 8127 (AKA Kingdomware). The evaluation of offers received in response to this solicitation will use a tiered or cascading order of precedence. ""Tiered evaluation of offers."" also known as ""cascading evaluation of offers,"" is a procedure used in negotiated acquisitions when market research is inconclusive for justifying limiting competition to small business concerns or sub-categories of small business concerns. Offers from both small and other than small business concerns will be evaluated in the following tier order: Service-Disabled Veteran-owned Small Business (SDVOSB), Veteran-owned Small Business (VOSB), all other small business concerns, other than small business. The North American Industry Classification System (NAICS) code is 334516, Analytical Laboratory Instrument Manufacturer, and the size standard is 1,000. (v) This requirement consists of one (1) line items: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES MANUFACTURER ITEM NUMBER QUANTITY UNIT 0001 Complete Port-a-Patch Premium Nanion Technologies GmbH Na-01 1104 1 EA (vi) To be acceptable, the proposal/quote shall provide/meet all requirements listed below in the Statement of Work. Price must be reasonable and within the Independent Government Cost Estimate (IGCE). / Statement of Work Planar Patch Clamp Port-a-Patch Workstation The VA Maryland Health Care System (VAMHCS) requires the purchase of a planar patch clamp workstation suitable for recording of the ion channel activity in astrocytes and their processes isolated from the adult brain of the experimental animals. The equipment will support a project entitled Gulf War Neurotoxicants and Acquired Cognitive and Neuropsychological Dysfunction . The equipment is required to complete the work proposed in the assessment of the ion channels expressed in the astrocytes harvested from the brain tissues from the experimental animals with the model of the Gulf War Disease. The equipment will be utilized daily. The purchased brain planar patch clamp workstation must produce high -quality recordings from astrocyte cells and processes and must include controlled temperature environment and perfusion system to provide pharmacological testing of the recorded ion channels. Scope The requested equipment for the patch clamp recording of the ion channels in astrocytes and their processes astrocytes from the adult rodent brain must be compatible with existing wiring and fit onto existing bench space within the laboratory. The Nanion Port-a-Patch workstation is a benchtop instrument for the planar patch clamp recording of the cell membrane ion channels and fits the following minimum specifications: Power source: 100 240 Vac, 2 A, 50/60 H External & internal perfusion Temperature control Voltage & current clamp Whole-cell & perforated patch clamp Recording Chips with various resistances Rseries compensation Unlimited compound applications Voltage and ligand-gated ion channels High success rates with primary cells and cell processes Easy to use, minimal training required Adjustment of parameters during experiments for fast and efficient assay development. Specific Tasks The vendor will provide delivery of Port-a-Patch workstation, installation and training within 60 days of contract award. The place of performance is: University of Maryland Department of Neurosurgery 10 S. Pine St MSTF 618 Baltimore, MD 21201 Enterprise Management Controls Integration Management Control Planning Provide the technical and functional activities at the required level for integration of all tasks specified within this SOW. Include productivity and management methods such as quality assurance, progress/status reporting and program reviews. Provide the centralized administrative, clerical, documentation and related functions. The vendor will provide: Complete Port-a-Patch PREMIUM workstation with HEKA EPC-10 amplifier PatchMaster interface Desktop computer workstation Suction Control Pro Temperature controlled perfusion Mini Faraday cage 500NPC-1 chips The vendor will include delivery, equipment installation and training, premium support service for 1 year and a one-year warranty in the purchase price Deliverables The equipment installation and training status report generated by the installation technician upon completion of installation and training. Performance Monitoring Principle Investigator will ensure validity of work in cooperation with sales engineer if the need arises. Technical support is available for the equipment by phone and email for the project. On-site consulting M-F 7:30 AM-5 PM EST with advanced notice is also available at extra charge. Security Requirements No special security requirements are necessary Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). No special security requirements are necessary Other Pertinent Information or Special Considerations. a. Identification of Possible Follow-on Work. Premium service support for 1 year after delivery b. Identification of Potential Conflicts of Interest (COI). NA c. Identification of Non-Disclosure Requirements. NA d. Packaging, Packing and Shipping Instructions. The P.I. and vendor will discuss any special requirements for sample shipping and set up. Items will be packaged and be itemized on all invoices e. Inspection and Acceptance Criteria. Acceptance based on quality of performance at set-up. Risk Control There are no risk factors of concern. Period of Performance. Upon award of contract, until system is delivered and installed. The contract is subject to the availability of funds. (vii) All material shall be delivered to VA Maryland healthcare System, Warehouse B, 10 N. Greene Street, Baltimore, MD 21201. (viii) 52.212-1 Instructions to Offerors - commercial Items, applies to this acquisition. There is no addenda to the provision. (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does not apply to this solicitation. Award will be based on lowest price and meeting or exceeding Statement of Work requirements. (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 certifications electronically via the System for Award Management (SAM) Website through http://www.sam.gov/portal. If the offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (p) of this provision. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: applies to this acquisition. (xii) 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 52,204-10; 52.212.5 are considered checked and are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-13, 52.219-27, 52.219-28, 52.222-3, 52.222-19, 52.222-21; 52.222-26; 52.222-35, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-3; 52.225-13, 52.232-34, 52.233-3, 52.233-4. (xiii) Any additional contract requirement(s) or terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices will be addressed as necessary. (xiv) Questions shall be submitted in writing to Chantey Bost at chantey.bost2@va.gov and Carol Roberts carol.roberts3@va.gov NLT Wednesday, March 4, 2020. PROPOSALS ARE DUE Wednesday, March 11, 2020 by 4:00 p.m. eastern standard time (est) to the email addresses identified above. All quotes shall include the following information: Legal Business/Company Name (as it is indicated in www.sam.gov) DUNS Number Contract Number (if applicable) Warranty Information (Can be a separate attachment) Point of Contact Name Telephone number E-mail Address (xvi) Point of contact for this solicitation is Chantey Bost e-mail chantey.bost2@va.gov. All Inquires must be in writing.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/57bc5e6f1a504f878f3edcf0560765c6/view)
 
Place of Performance
Address: VA Healthcare Center Baltimore;Warehouse B;10 N. Greene Street;Baltimore, MD 21201, USA
Zip Code: 21201
Country: USA
 
Record
SN05574753-F 20200229/200227230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.