DOCUMENT
66 -- MICROSCOPE - Attachment
- Notice Date
- 9/7/2017
- Notice Type
- Attachment
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- US Department of Veterans Affairs;Veterans Health Administration;Service Area Office (SAO) East;323 North Shore Drive, Suite 500;Pittsburgh PA 15212-5319
- ZIP Code
- 15212-5319
- Solicitation Number
- VA24017Q0223
- Response Due
- 9/12/2017
- Archive Date
- 11/11/2017
- Point of Contact
- Contracting Officer: Michael Haydo
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a combined synopsis/solicitation which is expected to result in award of a Fixed-Price contract for commercial items, i.e., Nikon SMZ-1270i Stereo Zoom Microscope, as described under the section titled Specifications, and 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. The solicitation number VA240-17-Q-0223 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92. This requirement will be made as a Brand Name (or equal) using a cascading set-aside under the associated NAICS code 333314 with a small business size standard of 500 employees. Evaluation procedures: Evaluation of offers will be made in accordance with FAR 13.106-2, and award made on the basis of lowest price technically acceptable. Specifications for the Stereo Zoom Microscope: 1. Nikon SMZ1270i (or equal) with 0.75x, 1.5x LED Trans Stand and Light Pipes 1 MNA52110 SMZ1270I INTELLIGENT ZOOM BODY-NC 1 97050 USB 2.0 A-B 15ft Cable 1 MND54000 SMZ1270/800N C-FMCN FOCUS MOUNT-NC 1 MNB53530 SMZ1270/800N P-TERG100 TILT TRINOC TB-NC 2 MMK30102 C-10x Widefield Eyepiece, F.O.V. 22mm 1 MNH54075 SMZ1270/800N P-PLAN APO 0.75X/WF 1 MNH54150 SMZ1270/800N P-ED PLAN 1.5X/WF 1 MNP51620 SMZ1270/800N P-RN2 NOSEPIECE-NC 1 MND51520 SMZ1270/800N P-DSL32 LED DIA STAND-NC 1 MQF52055 AC Adapter 1 79035 "Power Cord 120V, Lead Free " 1 * MME49610 C-FDF Flexible Non self-Supporting Dual Fiber Light Guide, Plastic 1 * MME49620 C-FIDH Dual Fiber Carrier Bracket, Adjustable Locking Arms 1 * MNF52760 C-FLED White Fiber LED Light Source 1 MQF52055 AC Adapter 1 79035 "Power Cord 120V, Lead Free " 2. Nikon FL Attachement with FITC, TRiTC cubes and Electronic LED FL Light source with variable intensity (or equal) 1 MNE54330 SMZ1270/800N P-EFL EPI FLUOR ATTACHMNT 1 83423 SMZ1270/800N P-EFLC GFP BP AT Filter Set 1 83425 SMZ1270/800N P-EFLC TRITC AT Filter Set 1 77060086 SOLA SE II 365 Light Engine (365nm replaces 395nm), Solid State White-Light Excitation SubSystem; ships with Adapter to LLG and Control Podonly. LLG (77060021) must be ordered separately. 1 77060021 Liquid Light Guide for Lumencor; 3mm diameter, 2m, VIS 3. Nikon Fi3 Color camera and Elements Software (Requires 64-Bit Win Pro PC with USB 3.0 Port and Monitor) (or equal) 1 MQA18000 DS-Fi3 Microscope Camera 1 MQF52056 AC Adapter 1 79035 "Power Cord 120V, Lead Free " 1 77013245 USB3 Cable, USB3.0 A to MicroB plug (angled) with locking screws, 3m. 1 MQD42070 0.7x C-Mount Relay Lens 1 MBB63435 LV-TV-CH ISO Adapter Tube, Accepts ISO Adapters 1 Nikon MQS32100 NIS-Elements (or equal): Basic Research (Multi License): Acquisition and analysis package, includes camera and Nikon motorized microscope drivers. Options modules include, advanced interpreter, live compare, time measurements, image database and 4D acquisition. Note separate drivers are required for device control. Note multi-license can be sold to an end user who has a registered copy of BR - MQS32000. 1 MQS42100 NIS-Elements: Module: Extended Depth of Focus (EDF): Combines multiple focal images into single focused 2D image. 1 MQS41920 Controls shutter and illumination intensity from EXFO and SOLA (RS232slow control) light sources. Adds control for Sutter Lambda XL, but MQS41220 also needed All responses shall include product information that demonstrates equivalency to the salient characteristics. Delivery FOB Destination to: Nashville VA Medical Center 1065-D MRB IV Nashville, TN 37222 The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors Commercial, (ix) A statement regarding the applicability of Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. 52.212-4, Contract Terms and Conditions Commercial Items, 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, 52.211-6, Brand Name or Equal 852.211-73, Brand name or equal. 852.246-70, Guarantee Additional contract requirement(s) or terms and conditions determined by the contracting officer: Set Aside Cascading set-aside procedures. Any award resulting from this solicitation will be made using a cascading set-aside order of precedence as follows: 1. In accordance with FAR Subpart 19.1405 and VAAR Subpart 819.7005, any award under this solicitation will be made on a competitive basis first to an eligible Service Disabled Veteran Owned small business [SDVOSB] concern provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 2. If there is inadequate competition for award to an SDVOSB concern, the SDVOSB set-aside shall be withdrawn and cascaded to the next contracting order of priority in accordance with VAAR 819.7004, which is Veteran Owned Small Businesses (VOSB) and conducted in accordance with the procedures set forth in VAAR 819.7006 provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 3. If there continues to be inadequate competition between SDVOSB and VOSB concerns, the cascading will continue through the contracting order of priority in accordance with VAAR 819.7004 and FAR 19.203. If the contracting officer determines that offers from small business concerns do not meet the solicitation requirements in terms of technical acceptability, past performance, and fair market price, the small business set-aside[s] will be withdrawn and award will be made on the basis of full and open competition. Adequate competition: Adequate competition shall be deemed to exist if At least two competitive offers are received from qualified, responsible business concerns at the set-aside tier under consideration; and Award could be made at fair market price as determined in accordance with FAR 19.202-6. The VA contracting officer reserves the right to consider competitive proposals submitted from all responsible offerors (including large businesses) in determining the fair market price. Due date and submission of quotes: The quotes are due on 9/12/17 at 10:00 AM and shall be directed electronically to Michael.haydo@va.gov. Quotes shall be marked with the solicitation number. Information regarding the solicitation can be addressed to the Contracting Officer, Michael Haydo, michael.haydo@va.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4954cb89344c444a1eb328bce512cb39)
- Document(s)
- Attachment
- File Name: VA240-17-Q-0223 VA240-17-Q-0223.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3781840&FileName=VA240-17-Q-0223-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3781840&FileName=VA240-17-Q-0223-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- Record
- SN04666278-W 20170909/170907232421-4954cb89344c444a1eb328bce512cb39 (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 |