DOCUMENT
66 -- Biological Irradiator - Attachment
- Notice Date
- 8/18/2015
- 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 (NCO 21);McClellan CA 95652-1012
- ZIP Code
- 95652-1012
- Solicitation Number
- VA26115Q1078
- Response Due
- 8/25/2015
- Archive Date
- 10/24/2015
- Point of Contact
- Denard M Fobbs Jr
- E-Mail Address
-
denard.fobbs@va.gov
(denard.fobbs@va.gov)
- Small Business Set-Aside
- Total Small Business
- 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 that the Government intends to award using a small business set-aside. Interested persons may submit quotes, and all eligible quotes received prior to August 25, 2015 at 1300 PDT 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) 2005-83. Only emailed requests received directly from the requester are acceptable. This acquisition is being conducted under the authority of the commercial item test program at FAR 13.5. The list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN w/DESCRIPTION/QTY/UNIT/UNIT PRICE/TOTAL AMOUNT ***All items are considered "Brand Name or Equal"*** Item No.QuantityUnitDescription 11EAX RAD 320 Biological Irradiator with 3mm and 5mm CU Filter 21EATouch Rad Dose Measurement & Control Upgrade 31EAProgrammable Specimen Shelf 41EALaser Center Finder 51EAPie-M Mouse Pie Cage 61EAPie cage lead disc for mice ( with 8 cm inner diameter) 71EAInstallation, Training, Rigging Offering on: Manufacturer:______________________ Brand:________________________ Number:_________________________ Delivery, acceptance, and FOB Destination Point: ITEMS ALL QUANTITYALL DELIVERY ADDRESSES: VA Palo Alto Health Care System 3801 Miranda Ave, Bldg. 54 Palo Alto, CA 94304-1290 Due 45 days ARO. Contractor shall coordinate delivery of all CLINs with technical POC provided at time of award. Evaluation Factors Offerors will be evaluated to the extent they can provide the items (or equal). The Government will award to the lowest priced, responsible, technically acceptable offeror. For those quoting equal items, please provide specifications sheet and other applicable documents that demonstrate equality and satisfaction for each of the following salient characteristics. Items must: 1.Radiation source: Generated by X-ray tube; no security clearance needed from regulatory agency (Nuclear Regulatory Commission) 2.Instrument design: Cabinet x-ray, no additional shielding required 3.Footprint: External dimension when fully assembled is 41 (D) x 57 (W) x 84 (H) in (All Dimensions +/- 5 in) 4.Irradiation chamber: 35 (D) x 30 (W) x 41 (H) in (All Dimensions +/- 5 in) 5.Weight: 5020 lbs. ( Do not exceed ) 6.High voltage generator: Maximum output voltage 320 kV; maximum output current 45 mA 7.X-ray tube: Maximum potential: 320 kV/14 mA; maximum power 4500 watts 8.Operator control: Touch screen graphical user interface; password protected user accounts (>9,999 users); kV setting and display (10-320 kV with 0.1 kV increments); mA setting and display (0.5-45 mA with 0.01 mA increments); exposure settings in time (0.9999 second accuracy); fully programmable; beam hardening filter recognition; exposure history database; built-in remote diagnostics 9.Built-in dose measurement and control: Allows users input total exposure dose and desired dose rate for controlled exposure. 10.Programmable sample shelf: Fully integrated with the operational control panel to automatically adjust the distance between sample and radiation source based on the desired exposure rate and total exposure dose. 11.Laser center locator: A laser beam to indicate the center of the irradiation chamber for accurate sample placement. 12.Industry Standard: High voltage generator with at least 250 kV output 13.Accessory Options: Pie M mouse pie cage & Pie cage lead disc for mouse Quotes are due by August 25, 2015 at 1300 PDT. Offers are due to denard.fobbs@va.gov. THE FOLLOWING SOLICITATION PROVISIONS/CONTRACT CLAUSES ARE APPLICABLE TO THIS SOLICITATION AND RESULTING ORDER: 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 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (Apr 2014) FAR 52.204-4 Printed or Copied Doubles-Sided on Postconsumer Fiber Content Paper (May 2011) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (May 2014) FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jul 2014) For the purposes of this clause, items (b) 1, 4, 8, 12, 25, 28-35, 20, 45, 46 and 53 are considered checked and apply. Items (c) 1, and 2 are considered checked and apply (with the fill-in being, "see wage determination"). FAR 52.232-40 Providing Accelerated Payment to Small Business Subcontractors (Dec 2013) 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 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAR 852.237-70 Contractor Responsibilities (Apr 1984) For the purpose of this clause, the fill-in is "Any state in which performance under this order occurs." VAAR 852.246-70 Guarantee (Jan 2008) VAAR 852.246-71 Inspection (Jan 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 (Apr 2014) FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (May 2014): 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://www.sam.gov. FAR 52.233-2 Service of Protest (Sept 2006) FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (Jul 2013) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (Jan 2008) For the purpose of this clause, protests may be submitted to the Contracting Officer at the address listed above. VAAR 852.233-71 Alternate Protest Procedure (Jan 1998) VAAR 852.252-70 Solicitations Provisions or Clauses Incorporated by Reference (Jan 2008) VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008) 52.209-5 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION) (MARCH 2012) (a) In accordance with Division H, sections 8124 and 8125 of P.L. 112-74 and sections 738 and 739 of P.L. 112-55 none of the funds made available by either Act may be used to enter into a contract with any corporation that- (1)Has an unpaid federal tax liability, unless the agency has considered suspension or debarment of the corporation and the Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (2)Has a felony criminal violation under any Federal or State law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and Suspension and Debarment Official has made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1)The offeror does [ ] does not [ ] have any unpaid Federal tax liability that has been assessed and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.o (2)The offeror, its officers or agents acting on its behalf have [ ] have not [ ] been convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. (End of provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26115Q1078/listing.html)
- Document(s)
- Attachment
- File Name: VA261-15-Q-1078 VA261-15-Q-1078.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2260579&FileName=VA261-15-Q-1078-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2260579&FileName=VA261-15-Q-1078-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA261-15-Q-1078 VA261-15-Q-1078.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2260579&FileName=VA261-15-Q-1078-000.docx)
- Place of Performance
- Address: VA Palo Alto Healthcare System;3801 Miranda Ave., Bldg. 54;Palo Alto, CA
- Zip Code: 93703
- Zip Code: 93703
- Record
- SN03842813-W 20150820/150818235132-d78ec105b012ae2053d01e3edadaf51b (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 |