DOCUMENT
66 -- Flow Cytometer - Attachment
- Notice Date
- 8/13/2014
- Notice Type
- Attachment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Service Area Office East;323 North Shore Dr.;Pittsburgh, PA 15212
- ZIP Code
- 15212
- Solicitation Number
- VA24014Q0076
- Response Due
- 8/13/2014
- Archive Date
- 9/12/2014
- Point of Contact
- Bridget Kornish
- Small Business Set-Aside
- Total Small Business
- Description
- 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. This is a Request for Quote (RFQ) and the solicitation number is VA-240-14-Q-0076. The government anticipates awarding a firm-fixed price contract resulting from this combined synopsis/solicitation. This solicitation is issued as a 100% set aside for small business concerns. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisition.gov. STATEMENT OF NEED (SON) 1.0 CONTRACT DESCRIPTION AND REQUIREMENTS The The VA Medical Center Oklahoma City, Oklahoma City, OK/SAO East will award a Firm Fixed Price, one-time contract for the purchase of Brand Name or Equal equipment in accordance with all terms, conditions, provisions, specifications and schedules of this solicitation herein. Quotes shall contain the Offeror's best terms for cost/price and technical capabilities of the required SE520EXi Flow Cytometer system or equivalent equipment. The government reserves the right to award without discussions. 1.1 PRICING The Offeror shall submit price quotes for the required brand name or equal equipment, to the specifications listed in Section 1.2 below. Please enclose the established price list and description of capabilities and specifications for the required equipment. The Offeror shall submit a separate price sheet for equal items to include Manufacturer Name, Stock/Part #, Unit of Issue and Price. Items offered that are brand name or equal shall identify items as being on schedule and reference the contract number for each item. Note: The Offeror should include a description of any support services or warranty information in the technical quote. 1.2 REQUIRED PRODUCTS & SPECIFICATIONS 1. SE520EXi System Flow Cytometer 2 Lasers, 6 Colors (or equal)1EA 2. 100-00222 PC (or equal)1 EA 3. 100-00651 24" LCD Monitor (or equal)1EA 4. 000-00006 Cell CapTure Software (or equal)1 EA Product Capabilities: The Stratedigm SE520EXi flow cytometer is a complete cellular analysis system consisting of a flow cytometer with 2 lasers (488nm.150MW & 640nm.100mW), 6 detectors, 6 colors, the Cell CapTure acquisition and analysis software, and workstation. The instrument shall allow for Fast analysis speed (10,000 events per sec) has a Compact size (21"X21" footprint) with onboard fluidics. A larger piece of equipment, with a larger number of lasers, will create space, maintenance and analysis issues that will result in delays in data analysis and an increase in costs (this is common with flow cytometers with > 2 lasers) both in the initial phase and in the following years. 1.3 Salient Characteristics Laser (or equal) o System is designed to support two lasers with spatial separation o Lasers: o Solid-state 488 nm - 150 mW o Solid-state 640 nm - 100 mW Detector Parameters/Data Acquisition (or equal) o Forward scatter (FSC) - enables separation of unfixed platelets from noise o FSC resolution: < 500 nm polystyrene beads o FSC scales: log & linear o FSC parameters: width, peak-height, area o Optional FSC photomultiplier (PMT) detector o Side scatter (SSC) - resolves lympho-, mono- and granulocytes o SSC resolution: < 200 nm polystyrene beads o SSC scales: log & linear o SSC parameters: width, peak-height, area o Fluorescence channels: o Standard number of colors: 6 o Sensitivity: < 100 MESF o Fluorescence resolution: < 2.5% CV o PMT scales: log & linear o PMT parameters: width, peak-height, area o Time: 13 ?sec resolution User Interchangeable Optical Filters (or equal) o Blue laser dyes: FITC (530/30), PE (580/30), PerCP/ PE-Cy5 (676/29), PE-Cy7 (740LP) o Red laser dyes: APC (676/29), APC-Cy7 (740LP) Analysis Rate & Carryover (or equal) o Analysis rate: 10,000 events/sec o Carryover: < 0.1%, automatic backflush between samples Sample Input (or equal) o Dead volume: < 8 ?L o Minimum sample volume: < 20 ?L o Maximum particle size: 40 ?m o Patented low insertion force single tube loading Fluidics Tray (or equal)o Integrated fluidics tray does not increase the footprint of the instrument o Automated startup, shutdown and cleaning cycles o Automated decontamination procedure using onboard cleaning solution for all components in contact with sample o Tank capacity: 4 L sheath, 4 L waste, 4 L auxiliary solution o Optional automated sheath tank fill and waste drainage Operating Conditions (or equal) o Operating conditions: 60-86 °F (15-30 ° C) o Size (including fluidics tray): 21.5" width x 21"depth x 24" height (54.6 cm width x 53.3 cm depth x 61 cm height) o Weight (including fluidics tray): < 70 lbs (35 kg) o Power: 110/115/230 VAC, 50-60 Hz The product capabilities and salient characteristics identified above by a "brand name or equal" description are intended to be descriptive, not restrictive, and to indicate the quality and characteristics of the product that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by the brand name) will be considered if such product is clearly identified in the quote and is determined by the VA to meet fully the salient characteristics on above products. If offering an equivalent product, the brand name of the equivalent product shall be clearly identified in the quote. Unless visibly identified as an equivalent product, offered items shall be considered as the brand name product referenced in this announcement. The evaluation of quotes and the determination as to the equality of the products shall be the responsibility of the Government and shall be based on information provided by the Offeror. The Government is not responsible for locating or securing any information not provided in the quotation by the Offeror. To ensure that sufficient information is available, the Offeror must furnish, as a part of the quote, all descriptive material necessary for the purchasing activity to determine whether the products meet the salient characteristics of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement shall include a clear description of the proposed modification and clearly mark any descriptive material to show the proposed modification. Instructions to the Offeror Basis for award resulting from this RFQ will made to the Lowest Price Technically Acceptable offeror that provides a complete package pursuant to the preparation requirements set forth in 52.212-1. FAR 52.212-2 (Evaluation- Commercial Items) will be incorporated in full text into the RFQ and will be evaluated on the following factors. Evaluation Factors for Award: Factor 1- Technical Capabilities Factor 2- Past Performance Factor 3- Price The following FAR and provisions and clauses apply to this solicitation and are incorporated by reference: The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-74, Effective May 30,2014. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisition.gov. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. FAR 52.212-1 Instructions to Offerors-Commercial FAR 52.212-2 Evaluation -Commercial Items FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-4 Contract Terms and Conditions FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items FAR 52.211-6 Brand Name or Equal Offerors must notify Contracting Officer Bridget Kornish at bridget.kornish@va.gov with any questions regarding this Synopsis/Solicitation NLT August 15, 2014 by Noon EST. All responses to questions will be posted by way of amendment to this combined Synopsis/Solicitation NLT August 18, 2014. Proposals shall be submitted via email to bridget.kornish@va.gov and Offerors must reference Solicitation # VA 240-14-Q-0076 in the subject line of the email. No telephone request for information will be considered. Incomplete packages will be considered nonresponsive. All offers must be received by the closing date August 20, 2014 NLT Noon EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4304f02d7cac0b3d1fd47c648cfa4088)
- Document(s)
- Attachment
- File Name: VA240-14-Q-0076 VA240-14-Q-0076_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1570111&FileName=VA240-14-Q-0076-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1570111&FileName=VA240-14-Q-0076-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA240-14-Q-0076 VA240-14-Q-0076_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1570111&FileName=VA240-14-Q-0076-000.docx)
- Record
- SN03464476-W 20140815/140814000812-4304f02d7cac0b3d1fd47c648cfa4088 (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 |