Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2020 SAM #6842
SOLICITATION NOTICE

66 -- Gel Count Colony Counter Brand Name or Equal To

Notice Date
8/21/2020 4:01:44 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25920Q0648
 
Response Due
8/28/2020 1:00:00 PM
 
Archive Date
09/02/2020
 
Point of Contact
Lindsey M Zwaagstra (CS), Lindsey Zwaagstra, Phone: 303-712-5700
 
E-Mail Address
lindsey.zwaagstra@va.gov
(lindsey.zwaagstra@va.gov)
 
Awardee
null
 
Description
Request for Quote (RFQ) #: 36C25920Q0648 Gel Count Colony Counter Brand Name or Equal To 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. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 4:00pm EST, (08/26/2020). All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to lindsey.zwaagstra@va.gov no later than 4:00pm EST, (08/28/2020). Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25920Q0648. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100 effective August 22, 2018. The North American Industrial Classification System (NAICS) code for this procurement is (334516) with a small business size standard of (1000 Employees). List of Line Items; CLIN 0001 QTY 1-Gel Count Colony Counter for adherent and non-adherent colony forming assays, or equal to Description of Requirements for the items to be acquired (salient characteristics); CLIN 0001 The colony counter is an imaging system created specifically for the objective and reproducible detection, counting and analysis of mammalian cell colonies in semi-solid media or suspension, an otherwise long and tedious procedure carried out under a microscope. The colony counter is a combined hardware and software platform which images multi-well tissue culture plates, Petri dishes, or T-25 flasks arising from tumor colony forming assays. Image processing yields colony counts and additional parameters such as colony size distributions, all of which can be uploaded into Microsoft Excel. The instrument combines cutting-edge, high depth-of-field, high-resolution scanning hardware with a software-controlled sample loading mechanism that automatically sends images of colony samples to the integrated computer through a USB-2. Image processing occurs via proprietary software, the CHARM -based algorithm software. The cell counter is of interest to cancer researchers who employ the colony forming assay to measure the efficacy of anti-cancer drugs and other treatment regimes on cells. Other applications include the cell proliferation assay, the invasion assay and bacterial and yeast colony counting studies. Well suited to imaging and accurately process stained, adherent cell colonies within multi-well plates, Petri dishes or T-25 flasks. Capable of detected unstained colonies effectively. Performance can be boosted in some cases (e.g. very small colonies) by using MTT-based metabolic stains. Can be used to image and count bacterial or yeast cell colonies on standard, non-opaque agar plates (example images available if needed). These colonies need to be over 30 µm to be accurately counted. Software features extensive colony detection parameters. This includes settings for minimum and maximum colony diameter limits, colony shape parameters and sensitivity levels. The user-created detection settings can be saved as templates and reused during future counting sessions. Can distinguish colonies as small as 30 µm in diameter at its maximum resolution setting (2,400 ppi). This is dependent on spacing of colonies, general colony morphology, and the background. Compatible with 6-, 12-, 24-, 48- and 96-well plates (up to 4 plates of any one type may be imaged simultaneously), as well as with 35 mm (up to 24), 50 mm (up to 12) and 100mm (up to 4) Petri dishes and some specific T25 flasks. Throughput Rate is limited by the speed of image acquisition, which is a function of the user chosen image resolution and the plate or dish type used. Typical processing time (acquiring the image and processing it) for four 6-well plates of adherent, stained colonies is around 6 minutes (600 ppi). Alternatively, the processing time for four 6-well plates of non-adherent colonies in soft agar is about 12 minutes (1,200 ppi). At the highest demand, which is four 96-well plates, imaged at maximum resolution (2,400 ppi), the total processing time would be around 45 minutes. Up to four multi-well plates, four 100 mm Petri dishes, twelve 50 mm Petri dishes, or up to twenty-four 35 mm Petri dishes may be loaded and processed at once. Operating software available for PC platforms with Windows 7 or Windows 10 installed. Recommended minimum PC specifications: AMD or Intel dual/multi-core processor @ 2 GHz or above 8 GB or above of system memory Discrete graphics accelerator with 512 MB or above Two open USB2 ports Windows 7 or Windows 10 operating systems. Installation of Microsoft Excel is required to support basic data output functionality PHYSICAL Imaging method: Visible light trans-illumination, high resolution 16-bit greyscale CCD line imager Imaging resolution: user selectable between 300 2,400 ppi Depth of field: Up to 5mm effective, above well base Sample loading method: Removable loading tray, latching into a software-controlled motorized drawer Plasticware supported: Multi-well plates (6, 12, 24, 48 and 96-well plates with/without lids; 35, 50/60 and 100mm Petri dishes with/without lids; selected T25 flasks Loading tray capacity: With 6-, 12-, 24-, 48- and 96-well plates (up to 4 plates of any one type may be imaged simultaneously); with 35 mm (up to 24); 50 mm (up to 12); 100mm (up to 4); with certain T25 flasks (up to 8) PC interface: USB 2.0 (x2) Dimensions: 560 mm x 450 mm x 155 mm (W x D x H) Weight: 20 kg (44 lbs) Power requirements: 100 240V ~ 1.5A, 50-60 Hz; 2 x T1.6A fuse Storage temperature: 10 40°C Operating temperature: 15 30°C Operating humidity: 0 70% (non condensing) PERFORMANCE Min. resolvable colony diameter: Approximately 30 µm (at 2,400 ppi image resolution) Typical acquisition time: 12 minutes (four 6-well plates; 1,200 ppi) for non-adherent colonies 6 minutes (four 6-well plates; 600 ppi) for adherent colonies Colony detection: Compact Hough and Radial Map image processing algorithm, dedicated to colony detection and size characterization Supported colony types: Adherent: stained (methyl blue, crystal violet, or equivalent). Non-adherent in soft agar, methylcellulose or other semi-solid media: unstained or stained (MTT or equivalent). Variability in counting: < 5% variability for repeated analysis of the same sample Numerical data output: Automated exportation to Excel of colony counts, mean colony diameter, area, volume and other statistics per well/dish. Optional csv output of per-colony data and/or statistics histograms. Image output: Per well/dish or compound bitmap images for general purpose importation/printing. Per well/dish raw images for off-line image analysis and archiving. Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at: ROCKY MOUNTAIN REGIONAL VA MEDICAL CENTER 1700 N. WHEELING ST AURORA, CO, 80045 52.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.  No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.  All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.  Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) Technical Capability and (II) Price Volume I - Technical Capability The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: This is FAR Part 13 acquisition utilizing Lowest Price Technically Acceptable (LPTA) procedures. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate offers: Technical Capability The Government will evaluate equal products on the basis of information furnished by the offeror or identified in the offer. The Government is not responsible for locating or obtaining any information not identified in the offer. The product(s) quoted is determined technically acceptable provided it meets the salient physical, functional, or performance characteristic of the product(s) specified in this solicitation. Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet the technical capability requirements of the Statement of Work shall not be selected regardless of price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Addendum to 52.212-2) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note) FAR 52.219-8 Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)); FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)) FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225 5 Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: 52.252-2, Clauses Incorporated by Reference (Feb 1998) 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ The following FAR clauses are incorporated by reference: The following VAAR clauses are to be incorporated by reference: 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: The following VAAR provisions are to be incorporated by reference: The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to lindsey.zwaagstra@va.gov by 4:00pm EST, 08/28/2020. Name and email of the individual to contact for information regarding the solicitation: Lindsey Zwaagstra Lindsey.zwaagstra@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3e9376dd5a4a40d18ac758adade5b7b0/view)
 
Place of Performance
Address: ROCKY MOUNTAIN REGIONAL VA MEDICAL CENTER 1700 N. WHEELING ST, AURORA 80045
Zip Code: 80045
 
Record
SN05769532-F 20200823/200821230207 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.