Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2022 SAM #7569
SOURCES SOUGHT

65 -- PLATE READER ""BRAND NAME OR EQUAL TO AGILENT"" IAW SALIENT FEATURES WASHINGTON DC VA MEDICAL CENTER

Notice Date
8/19/2022 11:28:08 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24522Q0950
 
Response Due
8/24/2022 12:00:00 PM
 
Archive Date
10/23/2022
 
Point of Contact
Mohsin Abbas, Contract Specialist, Phone: 202-745-8000
 
E-Mail Address
Mohsin.Abbas2@va.gov
(Mohsin.Abbas2@va.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI) - IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). SEE ATTACHMENT FOR DETAILS: MUST BE BRAND NAME OR EQUAL TO AGILENT MUST PROVIDE AN AUTHORIZED DISTRIBUTOR LETTER IF YOU ARE NOT THE MANUFACTURER This is a requirement for: U.S. Department of Veterans Affairs Washington DC VA Medical Center (VAMC). DESCRIPTION: The Washington DC VAMC requires the contractor to deliver within 60 calendar days from contract award to the VA medical facility warehouse below during normal business hours from 8:00 a.m. to 3:30 p.m. (EST), Monday through Friday: Delivery to: U.S. Department of Veterans Affairs Washington DC VA Medical Center WAREHOUSE 50 Irving Street NW Washington DC 20422 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. IAW FAR 15.201(e), 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. Note: The contractor shall deliver required commodities (Please see attachments) no later than 60 calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). Commodities shall not be delivered to the Government site on Federal holidays or weekends unless directed by the CO. Delivery shall be made between the hours of 8:00 am and 3:30 pm of the delivery location, during normal workday business hours. The U.S. Government is Performing Market Research to identify responsible sources who have the skills, experience, and knowledge required to successfully meet the requirements. Information received from Market Research will determine the best acquisition strategy and if responsible sources exist for competition, and/or a total Small Business Set-Aside. This is only for Market Research but may result in an invitation to an open discussion with the U.S. Government. This notice is not to be construed as a commitment by the U.S. Government. All information is to be submitted at no cost or obligation to the U.S. Government. Any information submitted by respondents to this notice is strictly voluntary. Propriety information or trade secrets should be clearly marked. Information received will not be returned. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of this Sources Sought notice/market survey. The U.S. Government is not obligated to notify respondents of the results of this notice. All responses to this Sources Sought must be submitted to the point of contact listed herein. This does not constitute a commitment, implied or otherwise, that procurement will be accomplished and is not a request for proposal or invitation for bid. Responding to this notice in no manner guarantees a contract will be awarded. **Respondents to this source sought announcement capable of manufacturing these items should at a minimum provide the following information for U.S. Government review** Legal Business/Company Name (as it is indicated in www.sam.gov) Unique Entity ID UEI (SAM) and DUNS Number Contract Number. Warranty Information (Can be a separate attachment) Point of Contact Name Telephone number and email address. Must provide an Authorized Distributor letter if you, not the manufacturer. Must provide Manufacture Name (OEM) & Manufacturer Part # (MPN). Must identified each line items are on the GSA Contract or Open Market. The Government intends to award a Firm-Fixed Price (FFP) contract for this purchase. To be considered for award, prospective quoters must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov . Prospective awardees MUST be registered with the System for Award Management (SAM) at http://www.sam.gov. PRIOR TO AWARD and through final payment and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN COMPLETED. SDVOSB and VOSB socio-economic categories MUST be registered within the Vendor Information Pages (VIP) and the Verification Case Management System (VCMS) via www.vip.vetbiz.gov (VetBiz.Gov) PRIOR TO AWARD if selected. Responses to this notice shall be submitted via email: Mohsin.Abbas2@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Wednesday, August 24, 2022, by 3:00 PM EST. Responses to this Sources Sought notice will be utilized by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought notice, a solicitation announcement may or may not be published in SAM.GOV/ Open Market or GSA eBuy. Attachment 1: GRAY MARKET PREVENTION LANGUAGE: A.1 VAAR 852.212-71 GRAY MARKET ITEMS (APR 2020) (a) No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA medical facilities. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of Clause) A.2 VAAR 852.212-72 GRAY MARKET AND COUNTERFEIT ITEMS (MAR 2020) (a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. (b) No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. (c) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of Clause) SALIENT FEATURES BRAND NAME OR EQUAL TO AGILENT Specifications: Multimode Measurements  Works with Fast inject/read assays use the available dual reagent injector module with angled tips.  Works with Take3 microvolume plate for Microvolume nucleic acid and protein quantification GENERAL Detections Modes UV-Vis absorbance Fluorescence intensity Luminescence Time-resolved fluorescence (secondary mode) Alpha Read Methods End point, kinetic, spectral scanning and well area scanning Microplate Types 6 to 384 well plates Other Labware Supported PCR plates, Petri and cell culture dishes Take3 Micro-Volume Plates Temperature Control 4-Zone incubation to 500 C with Condensation Control ± 0.20C at 370C Shaking Linear, orbital Software Gen5 Microplate Reader and Imager Software Gen5 Secure for 21 CFR Part 11 compliance (option) Automation BioStack and 3rd party automation compatible ABSORBANCE Light Source Xenon flash Detector Photodiode Wavelength Selection Monochromator Wavelength Range 200 999 nm, 1 nm increments Monochromator Bandwidth 2.4 nm Dynamic Range 0 4.0 OD Resolution 0.0001 OD Pathlength Correction Yes Monochromator Wavelength Accuracy ± 2 nm Monochromator Wavelength Repeatability ± 0.2 nm OD Accuracy 6 decades Sensitivity Top and Bottom: Fluorescein 5 pm (1 fmol/well 96-well plate) Reading Speed (kinetic) 96 wells: 31 seconds 384 wells: 80 seconds LUMINESCENCE Wavelength Range 300 700 nm Dynamic Range >6 decades Sensitivity 10 amol ATP (flash) Lum and Abs / Lum configurations 30 amol ATP (flash) multi-mode configurations TIME-RESOLVED FLUORESCENCE Light Source Xenon flash Detector PMT Wavelength Selection Monochromator ALPHA DETECTION Light Source Tungsten halogen Detector PMT Wavelength Selection Filters Sensitivity 300 amol of biotinylated-LCK-P peptide, 25 µL/well in 384-well plate Read Speed 2 minute (96-well plate) REAGENT DISPENSERS Supported Detection Modes All modes Number 2 syringe pumps Supported Labware 6 to 384 well plates Dead Volume 1.1 mL with back flush Dispense Volume 5-1000 µL in 1 µL increments Dispense Accuracy ± 1 µL or 2% Dispense Precision <2% at 50 200 µL LINE-ITEM DESCRIPTION BRAND NAME OR EQUAL TO AGILENT ITEM NO. DESCRIPTION QUANTITY UNIT COST ----------------------------------------------------------------------------- S1LFA-SN 1 S1LFA-SN SYNHTX W/LUM, FL + ABS With 1 EA the following configuration: Emission_FILTER_1: 7082222(460/40) Emission_FILTER_2: 7082247(528/20) Emission_FILTER_3: plug Emission_FILTER_4: empty EXCITATION_FILTER_1: 7082220(360/40) EXCITATION_FILTER_2: 7082221(485/20) EXCITATION_FILTER_3: plug EXCITATION_FILTER_4: plug PMT for filter-based system: Low Noise 49984 Ship-to Country: USA Software selection: GEN5 GEN 5 SOFTWARE BRAND NAME OR EQUAL TO AGILENT CONTRACT TYPE: FIRM-FIXED PRICE TOTAL COST: $
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d4271158c4b24d3c89694eda0421a443/view)
 
Place of Performance
Address: U.S. Department of Veterans Affairs Washington DC VA Medical Center Contracting Office (90C) 50 Irving Street NW, Washington DC 20422 20422, USA
Zip Code: 20422
Country: USA
 
Record
SN06434877-F 20220821/220819230117 (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.