DOCUMENT
66 -- Zeiss LSM 800 Confocal Microscope System (or equal) - Attachment
- Notice Date
- 9/7/2018
- Notice Type
- Attachment
- NAICS
- 334516
— Analytical Laboratory Instrument 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
- 36C24E18Q9555
- Response Due
- 9/10/2018
- Archive Date
- 11/9/2018
- Point of Contact
- Contracting Officer: Michael Haydo
- Small Business Set-Aside
- N/A
- 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. The solicitation number 36C24E18Q9555 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 using a cascading set-aside under the associated NAICS code 334516 with a small business size standard of 1000. The full solicitation document is included as an attachment to this notice; to include: a list of contract line items, a Description of requirements for the items to be acquired, SOW/PWS, Date(s) and place(s) of delivery, and applicable clauses and provisions. This system will support multiple VA investigators to provide high resolution and super resolution multiphoton confocal imaging with spectral deconvolution from fixed tissue samples, live cell imaging, whole cleared tissue imaging and in vivo live imaging in animals. It will also allow VA investigators to seamlessly image the same sample using both confocal microscopy and electron microscopy, a capability termed Shuttle and Find. The requirement is based on a Zeiss LSM 880 Spectral Scanhead w/Airyscan Microscopic System or an equal (or better) system in accordance with the specifications outlined in the solicitation. 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. Zeiss LSM 800 Spectral Scanhead w/Airyscan (or equal): Scan module Gallium Arsenide Phosphid-PMT (GaAsP-PMT). Confocal point scanning system with long pass (LP) variable secondary dichroic (VSD) and two GaAsP-PMT detectors. Minimum 8-bit and 16-bit dynamic range for each detection channel. Optimized emission filters in front of each channel. Optional one additional confocal channel (MA), GaAsP or Airyscan) and one transmitted-light channel (ESID or T-PMT). Linear scanning with independently driven galvanometric scanners for quantitative imaging. Up to 8 frames/s @ 512 x 512 pixel. Continuous zoom optics from 0.5x to 40x. Maximum frame resolution 6000 x 6000 pixel adjustable for each axis.12.7 x 12.7mm ² field of view in intermediate image plane. Variable pinhole with automatic alignment. Main beam splitter (MBS) for 4 laser lines (405, 488, 561 and 640nm). Internal auto-focus possible with 640nm line. MBS and VSD at 10 degree angle to incident beam for most effective excitation light suppression. Additional laser attenuation by a factor of 20 to yield an overall attenuation of 10.000:1. Component Rack for ergonomic housing of power supply unit (PSU), laser module (LM), Airyscan detector and cable routing. Power Supply Unit Line voltage 220-240V (AC) or 100-125V (AC) at 50-60Hz. Additional Detector Airyscan 63x Adapter kit Axio Observer DF Laser module LM URGB Inverted Motorized Microscope Observer 7 (or equal): - Axio Observer 7 stand with ACR and Definite Focus.2. - Motorized focus drive (smallest increment 10 nm), Z-drive fine operation flat on left side, - TFT touchscreen, - Path deflection to the tube, - Side port 60N L/R 100, 3 switching positions for attachment of LSM and cameras, -Tiltable carrier for transmitted-light illumination, equipped with luminous-field diaphragm, 3-position filter changer and Interface for motorized condenser incl. Shutter. - Definite Focus.2 incl. motorized 6-position objective nosepiece for transmitted light bright field, ACR and DIC - Reflector turret 6x motorized ACR - 1x tube lens with fixed 1-position tube lens mount, keys for switching TL/RL illumination, - Binocular tube 45 ° / field of view 23mm in intermediate image plane, 2x eyepiece PL 10x/23 Br. foc., 2x eyepiece eyecup, - Dust protection cover, circular operation key unit right and left, light- and contrast manager, interfaces 4x CAN, RS 232, USB and TCP/IP, trigger socket (In/Out) for shutter, connecting socket for external UNIBLITZ shutter Objectives and DIC Components (or equal): Objective PApo 10x/0,45 WD=2.0 M27 Objective Plan-Apochromat 20x/0.8 M27 (FWD=0.55mm), incl. Cover glasses, high performance, CG=0.17mm, box with 100 pc Objective CApo 40x/1.2 W Corr WD=0.28 (D=0.14-0.19mm) (WD=0.28mm at D=0.17mm), UV-VIS-IR incl. Immersol W, bottle 20 ml and Cover glasses, high performance, D=0.17mm, box with 100 pc. Plan-Apochromat 63x/1.40 Oil DIC f/ELYRA Objective Ring ACR f/ obj. casing, cyl. Objective Ring ACR f/ obj. casing, short Objective Ring ACR f/ obj. casing, long Objective Ring ACR f/ obj. casing, long DIC Slider PA 10x/0.45 II DIC Slider EC PN 10x 20x/PA 20x DIC Slider PA 63x/1.4 III HR DIC Slider For C-Apo 40x/1.2 W, Corr III Workstation and Software (or equal) ZEN 2.5 system US Hardware License Key Image acquisition and processing under Win 7 / 10 x64. User interface configurable, control of the ZEISS microscope systems and components, extensive acquisition and analysis. CZI image format. The following modules are included: - ZEN Module Measurement - ZEN Module Multi Channel - ZEN Module Image Analysis - ZEN Module Time Lapse - ZEN Module Z Stack - ZEN Module Extended Focus - ZEN Module Autofocus - ZEN Module Colocalisation - ZEN Module Spectral Unmixing (LSM only) - ZEN Module Connect Entry ZEN Module Airyscan Hardware License Key ZEN Module Experiment Designer HW Lic. ZEN Module Tiles / Positions HW Lic. Key Shipping/handling and installation shall be included. All equipment installed by the Contractor shall be FDA approved for use, in new condition, and fully operational in accordance with manufacturer literature specifications. INSTALLATION: The Contractor shall provide all tools and equipment necessary to properly and safely perform the installation. This shall include, but is not limited, to all Personal Protective Equipment (PPE) which may be required for the work to be completed in a safe manner. Location of equipment: Providence VAMC, Providence RI, 02908, Bldg 35, Room 126. The Contractor shall provide all labor, materials, tools, equipment and etc. to prepare for and complete the installation of the equipment in the space determined by the Government. All employees of the Contractor and subcontractors shall comply with VA security management program and obtain the permission of the VA police, be identified by project and employer, and restricted from unauthorized access. The Contractor shall be responsible for the safe removal and disposal of all trade-in equipment as applicable. The Contractor shall be responsible for the safe removal and disposal of all packing materials and related waste generated during installation. WARRANTY The system shall include a minimum one-year manufacturer warranty. This is a BRAND NAME OR EQUAL REQUIREMENT for a Zeiss LSM 800Spectral Scanhead w/Airyscan Confocal Microscopic system or an equal (or better) system in accordance with the salient characteristics and the solicitation specifications. Any equivalent products must meet all of the salient characteristics of the system above. All responses must include product information that demonstrates equivalency to the salient characteristics. Delivery FOB Destination to: Providence, VA. 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 based on 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 9/11/2018 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 The following clauses and provisions apply to this acquisition: 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (JAN 2017) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to GSA Federal Supply Service Specifications Section Suite 8100 470 East L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (i) ASSIST (https://assist.dla.mil/online/start/); (ii) Quick Search (http://quicksearch.dla.mil/); (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by? (i) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier. (Applies to all offers exceeding $10,000, and offers of $10,000 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation Unique Entity Identifier followed by the unique entity identifier that identifies the Offeror s name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. (k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. 52.212-4, Contract Terms and Conditions Commercial Items, 852.203-70 Commercial Advertising 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.232-72 Electronic Submission of Payment Requests 852.246-70, Guarantee 52.203-17 Contractor Employee Whistleblower rights and Requirement to Inform Employees of Whistleblower Rights 52.204-18 Commercial and government Entity Code Maintenance 52.232-40 Providing accelerated Payments to Small Business Subcontractors 852.211-73, Brand name or equal. 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Items, 52.211-6, Brand Name or Equal 52.212-2 Evaluation Commercial Items (Oct 2014) (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 factors shall be used to evaluate offers: Low Priced Technically Acceptable in accordance with the specifications and business size standards outlined in the solicitation. Technical and past performance, when combined, are N/A . (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. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c883843df3a2db690c60d24375fc86c6)
- Document(s)
- Attachment
- File Name: 36C24E18Q9555 36C24E18Q9555_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4581583&FileName=36C24E18Q9555-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4581583&FileName=36C24E18Q9555-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24E18Q9555 36C24E18Q9555_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4581583&FileName=36C24E18Q9555-001.docx)
- Record
- SN05079228-W 20180909/180907231505-c883843df3a2db690c60d24375fc86c6 (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 |