Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 17, 2021 SAM #7048
SOURCES SOUGHT

65 -- BioRad Chemidoc Imaging System (Brand Name) This is not a request for quote.

Notice Date
3/15/2021 12:42:18 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24421Q0409
 
Response Due
3/19/2021 9:00:00 AM
 
Archive Date
03/29/2021
 
Point of Contact
Allan Tabliago, Contract Specialist, Phone: 215-823-5800
 
E-Mail Address
allan.tabliago@va.gov
(allan.tabliago@va.gov)
 
Awardee
null
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. See Instructions on page 4. BioRad Chemidoc Imaging System INTRODUCTION/BACKGROUND: The BioRad Chemidoc Imaging System will be used for flexible, high-sensitivity multiplex fluorescent and chemiluminescence western blot detection, imaging gels, analysis, and documentation. The versatile system shall be able to perform a wide range of blotting applications including stain-free technology, chemiluminescent detection, ethidium bromide, SYPRO Ruby, Coomassie and silver stains. The system shall have the capabilities to capture images with: Electrophoresis protein, including stain-free, and nucleic acid gel imaging and documentation. Blotting identify and quantify proteins, nucleic acids, protein-ligand interactions, etc. with chemiluminescence, or colorimetric detection. OBJECTIVE: The Research and Development Office, Research Office Building #30, Mail Code151 at the Pittsburgh Veterans Affairs Healthcare System, (646) Pittsburgh, Pennsylvania, hereby referred to as the Pittsburgh VAMC (646), is seeking the acquisition of (1) BioRad Chemidoc Imaging System. Line number Part number Description Qty 0001 12003153 BioRad ChemiDoc Imaging System 1 0002 1610363 Precision Plus Protein Unstained Protein Standards, Strep-tagged recombinant, 1 ml 1 ml, unstained mixture of ten Streptagged, recombinant proteins (10 250 kD), including three reference bands (25,50, 75 kD), 100 applications 1 0003 1705062 Clarity Max Western ECL Substrate, 100 ml Pkg of 1, contains 50 ml Clarity Max Western Peroxide Reagent and 50 ml Clarity Max Luminol/Enhancer Reagent 1 0004 4568096 4--20% Mini-PROTEAN® TGX Stain-Free Protein Gels, 15 well, 15 l Pkg of 10, 4--20% precast polyacrylamide gel, 8.6 × 6.7 cm (W × L), for use with Mini-PROTEAN Electrophoresis Cells 1 MAJOR REQUIREMENTS: The Contractor/ Vendor must complete the following tasks to meet the needs of this acquisition: Components Internal computer with Image Lab Touch Software 12 touch screen display Image Lab Software to install on computer Blot/UV/Stain-Free Sample Tray for Bio-Rad stain-free gels and blots, fluorescence multiplexing, chemiluminescence detection, ethidium bromide and SYPRO Ruby Capabilities Smart Tray Technology Automatic recognition of application-specific tray and adjustment of imaging parameters and software options. Autofocus Precalibrated focus for any zoom setting or sample height Auto-exposure- Two user-defined modes (rapid or optimal auto-exposure) for all blot and gel imaging applications Image Flat Fielding Dynamic; precalibrated and optimized for each application. Hardware Specifications Touch-screen functionality Multitouch capability (2 points) 12.1 display Maximum image area 21 x 16.8 cm Detector Cooled CCD, 6 megapixels Dynamic range >4 orders of magnitude Illumination sources Trans-UV, 302 nm excitation Epi-white Trans-white (requires white sample tray) Trans-blue, 450-490 nm excitation (requires blue sample tray) Detection Chemiluminescence filter Data Output 16-bit or 8-bit; SCN, TIFF, JPEG files Weight 35 kg (78 lbs) Size 61 x 51 x 53 cm Voltage 100-250V Operating Temperature 10 28°C Operating Humidity 10 - 85% relative humidity The Government and the Contractor understand and agree that the services to be delivered under this contract by the Contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the Contractor s employees. POINT OF CONTACT (POC): The identified POC and technical representative for this acquisition is: Name: Gregory Hood Phone Number: 412.360.3711 Email: gregory.hood@va.gov ""No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The COR shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification."" REPORTS/DELIVERABLES: Delivery confirmation of equipment and commodities will be made through the Logistics Department of the VAMC Pittsburgh (646). This will include documentation of receipt and assignment of a facility based EE number for identification and tracking purposes. Delivery confirmation of non-equipment/ commodities acquisitions is the responsibility of the receiving Facility and/ or Service. Request for Information Instructions The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 334516 (size standard of 1000 employees). Please answer the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If not, can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees; Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; Obtained an individual or class waiver? If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your DUNS number. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to allan.tabliago@va.gov no later than, 12:00 PM Eastern Standard Time (EST) on March 19, 2021. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Specialist, Allan Tabliago. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the beta.sam web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Officer at allan.tabliago@va.gov. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. End of Document End of Document
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/82db9a4d981b412e9f43229bbd1d97f7/view)
 
Place of Performance
Address: VA Pittsburgh HCS Research & Development Office Research Office Bldg #30, Mail Code 151 University Dr, Pittsburgh 15240
Zip Code: 15240
 
Record
SN05943319-F 20210317/210315230110 (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.