DOCUMENT
66 -- BioMark HD MX/HX System Or Equal - Attachment
- Notice Date
- 6/27/2011
- Notice Type
- Attachment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd. Bldg 98 (90/CCA);McClellan CA 95652-1012
- ZIP Code
- 95652-1012
- Solicitation Number
- VA26111RQ0284
- Response Due
- 7/5/2011
- Archive Date
- 9/3/2011
- Point of Contact
- Daniel Czech
- E-Mail Address
-
3-4558<br
- Small Business Set-Aside
- N/A
- Description
- This document 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, proposals are being requested, and a written solicitation will not be issued The proposed contract action is for supplies or services for which the Government intends to solicit competitive offers. Interested persons may submit offers, and all eligible offers received prior to July 5, 2011 will be considered by the Government. The NAICS code is 334516 and the size standard is 500 Employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52. Only emailed requests received directly from the requester are acceptable. The list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable). Please note, all of the line items are designated Brand Name or Equal: CLIN w/DESCRIPTION/QTY/UNIT/UNIT PRICE/TOTAL AMOUNT 0001 1 EA $___________________ $____________________ Product Number: BMKHD-PKG-MH Fluidigm BioMark HD MX/HX System -BioMark HD Reader -IFC Controller MX (48.48/Digital) -IFC Controller HX (96.96) -20 Seats Analysis Software: Real-Time PCR, Genotyping -1 Year Instrument Warranty: Parts (except arc lamp bulbs), labor, travel -1 Year Software Maintenance or equal 0002 1 EA $___________________ $____________________ Product Number: APP-TRN Fluidigm Application Training -1 Day of Application Training -On-site Customer Training for up to 5 users -Must be completed within 13 months of instrument shipment or equal GRAND TOTAL --- $_______________________ Delivery, acceptance, and FOB Destination Point: ITEMS ALL QUANTITYALL Delivery Date: CLIN 0001 ____ Days ARO, CLIN 0002 ____ Days ARO Requested Delivery Date: CLIN 0001 30 Days ARO, CLIN 0002 60 Days ARO SHIP TO: VA Palo Alto Health Care System 3801 Miranda Ave, Bldg 100 Palo Alto, CA 94304-1207 VA Point of Contact: TBD SALIENT CHARACTERISTICS Any "Or Equal" products being offered must have the following salient characteristics: 1.Must provide the ability to use a wide variety of sample types with a parallel multiple chemistry choices for single cell gene expression/molecule detection. 2.Must have real-time PCR and digital PCR and integrate thermal cycling and fluorescence detection on Integrated Fluidic Circuits. 3.Must have a single-cell quantitative PCR component 4.Must have single-cell resolution/single molecule resolution. 5.Must be able to characterize gene expression profiles of individual cells. 6.Must have ability to precisely profile transcriptional activity of osteoprogenitors at the single-cell level. 7.Must enable visualization and analysis of complex processes including: a.Cell to cell interactions b.Protein tracking c.Basic characterization of living cells within their niche 8.Must have ability to visualized dynamic properties of fluorescently-tagged molecules and quantify cellular dynamics. 9.Must have ability to enable analysis of gene expression, genotyping, mutant detect, and absolute quantization of nucleic acid sequences. 10.Must be an integrated system combining all of the salient characteristics above. INSTRUCTIONS TO OFFERORS Only electronic offers will be accepted. Offers are due to Daniel.Czech@va.gov 3:00 PM PST July 05, 2011. Brand Name or Equal (Aug 1999) (a) 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. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) 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. (c) 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. (d) To the maximum extent practicable, offerors are encouraged to respond to this solicitation using pre-existing materials (such as brochures, catalogs, marketing documents) rather than creating new documents. (e) Offerors shall annotate the salient characteristics listed above to indicate the location of the relevant information used to meet the specification (document name and page number). (f) 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. (End of provision) FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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 following factor shall be used to evaluate offers: 1.Meeting the salient characteristics listed above. The Government will award to the lowest price, technically acceptable offeror. (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 Provision) ADDITIONAL SOLICITATION PROVISIONS/CONTRACT CLAUSES: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) For the purpose of this clause, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (June 2010). FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (May 2011) For the purposes of this clause, items (b) 1, 4, 6, 7, 13, 21, 24-31, 36, 37, 40, and 46 are considered checked and apply. VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.211-70 Service Data Manuals (Nov 1984) VAAR 852.211-73 Brand Name or Equal (Jan 2008) VAAR 852.237-70 Contractor Responsibilities, For the purpose of this clause, the fill-in is, "All states where performance under this order occurs." VAAR 852.273-76 Electronic Invoice Submission (Interim - October 2008) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) For the purpose of this provision, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively. FAR 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008). FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Apr 2011): Offerors must return this provision with their proposal. They may either (1)complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://orca.bpn.gov/login.aspx. FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (May 1999) VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26111RQ0284/listing.html)
- Document(s)
- Attachment
- File Name: VA-261-11-RQ-0284 VA-261-11-RQ-0284.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=213674&FileName=VA-261-11-RQ-0284-000.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=213674&FileName=VA-261-11-RQ-0284-000.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-261-11-RQ-0284 VA-261-11-RQ-0284.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=213674&FileName=VA-261-11-RQ-0284-000.doc)
- Record
- SN02482653-W 20110629/110627234224-89bfa4ea95febbe897c9f135a5f7bfcc (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 |