Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2021 SAM #7111
SOLICITATION NOTICE

65 -- Mouse Specifics Digital Gait Imaging System for Rats (Brand Name or Equal To)

Notice Date
5/19/2021 10:01:32 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24221Q0899
 
Response Due
5/26/2021 1:00:00 PM
 
Archive Date
06/05/2021
 
Point of Contact
Myra Florisa N. Green, Contract Specialist, Phone: 518-626-5450
 
E-Mail Address
Myra.Green2@va.gov
(Myra.Green2@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Page 13 of 13 COMBINED SYNOPSIS/SOLICITATION Digital Gait Imaging System for Rats VA New Jersey Health Care System (East Orange Campus) 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 solicitation number is 36C24221Q0899 and the solicitation is issued as a Request for Quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures and FAR Part 12-Acquisition of Commercial Items. This acquisition is not expected to exceed the simplified acquisition threshold. Pursuant to FAR 13.5, 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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08 /14JUL2020. This solicitation is set-aside 100% for Small Business. It is the Government s intent to issue a firm fixed price, single award as a result of this solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 1,000 employees. The Network Contracting Office 2 is seeking to purchase a Digital Gait Imaging System (Mouse Treadmill) for the East Orange VA Medical Center in East Orange, NJ. This solicitation is Brand Name or Equal To the DigiGaitTM Imaging System manufactured by Mouse Specifics, Inc., 2 Central Street, Framingham, MA 01701. The requested item shall be delivered in new and unused/unopened condition. Background / Purpose / Objective: The Chief of Neurology Service at East Orange Veterans Administration (EOVA) Hospital in VISN2 is requesting for an integrated turnkey gait analysis system for rodent behavioral studies. Neurology Service at EOVA users request a behavioral testing system that provides automated precision analysis of motor coordination and gait using modern software analysis for foot-foot spacing, paw pressure, distance travelled, body rotation, stride length, and toe spread to assess how different treatment modalities affect traumatic brain injury (TBI) and neurodegeneration in mouse models. By quantitatively assessing and analyzing differing treatment modalities for TBI and neurodegeneration, this instrument will eventually benefit Veterans with TBI. Product Specifications: The Digital Imaging System for Rats must include: (1) Digital Gait Imaging System for treadmill gait analysis, system complete and turn-key, to include: (a) Medical Grade stainless steel treadmill chassis with transparent belt, (b) Motor speed range from 0.00 to 99.9 cm/s, (c) High-speed high-resolution camera (+150 fps), (d) C-mount lens, (e) Firewire cable, (f) Illumination panels, (g) Adjustable walking compartment, (h) Excrement collection bins, (i) Industrial casters, and (j) Incline/decline lifting mechanism to study gait during animal movement; (2) Digital Imaging and Analysis Computer, to include: (a) Configured with high bandwidth image capture memory, (b) Latest version of DigiGait Imaging software package, (c) Latest version of DigiGait analysis software package, and (d) Computer monitor, large format; (3) Treadmill to accommodate large animals (500g-1200g); and (4) Installation, remote training and support for 1- year after installation and acceptance. purchase. The Digital Imaging System for Rats must be DigiGaitTM Imaging System manufactured by Mouse Specifics, Inc., or equal to. The respondents must submit clear and convincing evidence that their product is equivalent or superior to the brand-name specified in this notice. The response shall include: the unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered to determine the method of acquisition. The information must address each of the minimum specifications and the equivalent elements of the brand-name parts stated herein. The response must also indicate the country of manufacturer. The response must also include their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. Government's Anticipated Delivery. The Government's anticipated delivery date is 30 calendar days after receipt of the duly executed purchase order. Delivery Point: FOB Destination. Place of Delivery: VA New Jersey Health Care System (East Orange Campus) Attn: Logistics Receiving Warehouse Building 1 B-Level 385 Tremont Ave East Orange, NJ 07018 The successful offeror shall coordinate delivery arrangements with the customer prior to shipment. The Loading Dock hours are as follows: 8:00 am to 4:30 pm Eastern Time, Monday through Friday except on Federal holidays. All products delivered must contain a Packing Slip (with serial numbers as applicable). All questions and responses regarding this RFQ must be submitted electronically to Myra Florisa N. Green, at Myra.Green2@va.gov. Facsimile responses are NOT accepted. Questions must be received no later than May 24, 2021 at 1:00 PM EST. No further questions will be accepted after that date and time. You are reminded that representatives from your company SHALL NOT contact any VA Medical Center employees to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to FAR Clause at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. 1. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. 2. The offeror must submit a price proposal specifying a fixed unit price for each line item. A lump sum price proposal will not be accepted. 3. The Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. 4. The government anticipates awarding a firm fixed-price contract for the product or services specified herein. An award is anticipated not later than May 28,2021. The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. 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, price and other factors considered. The factors used to evaluate offers are the unique technical and performance capabilities of product and cost. Technical and past performance, when combined, are significantly more important than cost or price. Offerors are advised to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer or certify that its Representations and Certifications - Commercial Items, are current and accurate in the System for Award Management (SAM) www.sam.gov. FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. Defense Priorities and Allocations System (DPAS) and assigned rating, is not applicable to this solicitation. All quotations or offers are due 4:00 PM, Eastern Time, on May 26,2021, and must reference the solicitation number noted herein. Quotations or offers must be submitted electronically to the contact person identified herein at Myra.Green2@va.gov. Fax responses will not be accepted. For information regarding this solicitation contact: Myra Florisa N. Green, Contract Specialist, at 518-626-5450.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5ed3b35ce27140ad97b5815504ee46a4/view)
 
Place of Performance
Address: VA New Jersey Health Care System East Orange Campus Logistics Receiving Warehouse Building 1 B-Level 385 Tremont Ave, East Orange, NJ 07018, USA
Zip Code: 07018
Country: USA
 
Record
SN06007398-F 20210521/210519230119 (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.