Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2011 FBO #3483
DOCUMENT

66 -- Equipment for Retinal Research - Attachment

Notice Date
6/6/2011
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24111RQ0761
 
Response Due
6/9/2011
 
Archive Date
6/23/2011
 
Point of Contact
Chris Humphrey
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: VA-241-11-RQ-0761 Notice Type: Combined Synopsis/Solicitation Synopsis: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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 VA-241-11-RQ-0761 and is issued as an RFQ. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-35, July 14, 2009. 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 https://www.acquisition.gov/far/ (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a sole source requirement. VISN 1 Contracting Activity intends to negotiate a sole source contract under the authority of FAR Part 6.302-1, only one responsible source to the vendor, Diagnosys LLC., who is a small business, and they are located at 175 Cabot Street, Ste. 500, Lowell, MA 01854. However, all other responsible sources that feel they can provide this or a similar item may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The North American Industry Classification System (NAICS) code is 334516, and the size standard is 500 employees. (v) This requirement consists of (4) line items: Part Number #: D300 - ESPION E3 CONSOLE/CONTROLLER W/32-BIT AMPLIFIERS & ACCESSORIES. Qty: 1 EA Part Number #: D125 - SPECIALLY MODIFIED UV COLORDOME FOR RODENT STIMULATION, WITH ALL ACCESSORIES. Qty: 1 EA Part Number #: D192 - RODENT TABLE WITH ELECTRODES AND ALL ACCESSORIES. Qty: 1 EA Part Number #: TRAINING - INSTALLATION AND TRAINING Qty: 1 EA (vi) The following STATEMENT OF WORK is a detailed description of the requirements for this solicitation: VISN 1 Contracting Activity intends to negotiate a sole source contract under the authority of FAR Part 6.302-1, only one responsible source to the vendor, Diagnosys LLC., who is a small business, and they are located at 175 Cabot Street, Ste. 500, Lowell, MA 01854. However, all other responsible sources that feel they can provide this or a similar item may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Description of requirements: This is a highly specialized piece of equipment. Most companies that manufacture ERG recording equipment build the equipment for human testing. Unlike other ERG recording equipment, this piece of equipment is built for use on rodents (i.e., mice and rats). Unlike humans, mice and rats vision are sensitive to UV light. Other companies do not adapt their ERG recording equipment to the small heads of rodents, and as such their equipment is specifically made for human testing. Electroretinography (ERG) is an eye test used to detect abnormal function of the retina (the light-detecting portion of the eye). Specifically, in this test, the light-sensitive cells of the eye, the rods and cones, and their connecting ganglion cells in the retina are examined. During the test, an electrode is placed on the cornea (at the front of the eye) to measure the electrical responses to light of the cells that sense light in the retina at the back of the eye. These cells are called the rods and cones. Item: D300 Console, Controller and amplifiers, this portion of the equipment is used collect data as a result of the visual stimulation. It specifically interfaces with Item D125 below. Item: D125 - UV ColorDome, this piece of equipment provides a UV light source, in addition to blue and green lights. Item: D192 - Rodent Table, this piece of equipment provides a table specifically made for rodents so that their entire head is surrounded by the light source. (vii) Delivery FOB Destination to: VA Boston Healthcare System Jamaica Plain Campus 150 South Huntington Ave. Jamaica Plain, MA 02130 More information will be provided upon contract award. (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation. (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror who is deemed the lowest price technically acceptable. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE SUBMITTED QUOTE, unless offeror has a current ORCA certification. A copy of the provision may be attained from http://www.arnet.gov/far; (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.211-70 Servicing Data Manuals, VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, VAAR 852.215-71 Evaluation Factor Commitments, VAAR 852.246-70 Guarantee, VAAR 852.246-71 Inspection, VAAR 852.273-76 Electronic Invoice Submission. (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 52.212.5 are considered checked and are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-1(iii), 52.225-13, and 52.232-34. (xiii) N/A (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) RESPONSES ARE DUE Thursday June 9, 2011 at 10:00 AM eastern standard time (EST). Electronic offers will ONLY be accepted; submit quotation to - Chris Humphrey, Contracting Specialist, e-mail Chris.Humphrey@va.gov (xvi) Please address questions to Chris Humphrey, Contracting Specialist, e-mail Chris.Humphrey@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24111RQ0761/listing.html)
 
Document(s)
Attachment
 
File Name: VA-241-11-RQ-0761 VA-241-11-RQ-0761.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=207317&FileName=VA-241-11-RQ-0761-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=207317&FileName=VA-241-11-RQ-0761-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Boston VA Healthcare System;Jamaica Plain Campus;150 South Huntington Ave.;Jamaica Plain, MA
Zip Code: 02130
 
Record
SN02465171-W 20110608/110606234821-1998e8f422fb9a28470dd6e21dc3bcc8 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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