SOLICITATION NOTICE
66 -- 2100 Bioanalyzer Instrument, with electric cartridge 2100 Expert SW laptop bundle
- Notice Date
- 3/12/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 10;3140 Governor’s Place Blvd. Suite 210;Kettering OH 45409-1337
- ZIP Code
- 45409-1337
- Solicitation Number
- 36C25019Q0475
- Response Due
- 3/12/2019
- Archive Date
- 4/11/2019
- Point of Contact
- louann.gilliland@va.gov
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: 36C25019Q0475 Posted Date: 3/12/2019 Original Response Date: 3/15/2019 Current Response Date: 3/15/2019 Product or Service Code: 6640 - Laboratory Equipment and Supplies Set Aside (SDVOSB/VOSB): VOSB NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing Contracting Office Address Department of Veterans Affairs, Network Contracting Office (NCO) 10, Service Area Office (SAO) Central, 3140 Governor s Place Blvd, Suite 210, Kettering, OH 45409 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, Analytical Laboratory Instrument Manufacturing with a small business size standard of 1,000 employees. This is a 100% total Veteran-Owned Small Business (SDVOSB) set-aside procurement. The John D. Dingell VA Medical Center, 4646 John R. Street, Detroit, Michigan 48201-1916 is seeking to purchase one (1) new 2100 Bioanalyzer Instrument with installation and (1) new 2100 Expert SW laptop bundle. The bioanalyzer and laptop computer with software to control the instrument, will be used to carry out quality control of DNA samples. This QC includes determining the size of the DNA samples whether not the samples are contaminated, and how much DNA is present. This is an extremely valuable and critical step because if too much or too little DNA is used in the next step of the experiment, the experiment would fail and lead to significant losses of money. The Bioanalyzer is a very critical piece of the research program and its ability to carry out digital polymerase chain reactions in unparalleled in terms of quantification, sensitivity, quality assessment and cost. These use replaceable electrode cartridges that can easily be exchanged for contamination-free switching between methods; system features minimum exposure to hazardous materials to ensure operator safety. This system offers IQ and OQ services and features to support 21 CF Part 11 compliance. On-chip automated electrophoresis results in reliable digital data and provides objective information regarding concentration, size and integrity. Records and electronic signatures are addressed, including data security, integrity and traceability. Data can only be modified or deleted by an authorized user because of the integrated security pack module and all data files contain the raw data and the complete history. All actions will be performed within the secured environment, require an electronic signature and are tracked and documented with a clear, traceable audit trail and in logbooks for outstanding data security. Uses customer developed methods to define the instrument configuration, assay type, the users and the number of peer review cycles the data must go through before final approval or rejection, allowing very tight control over the analytical cycle. This combined synopsis/solicitation uses a brand name or equal description of the products required. This permits prospective contractors to offer products other than those specifically referenced by brand name. Items called for have been identified by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. All interested companies shall provide quotes for the following: Line Item Model Number Description Quantity Unit Price Extended Price 1 G2939BA Agilent, 2100 Bioanalyzer Instrument 2100 Bioanalyzer Instrument with electrode cartridge, software and licenses, priming station, vortexer, test chips, accessories, bundled installation and familiarization services can be removed. PC is not included. Optional: purchase G2953CA, Agilent laptop PC bundle, for a complete Agilent system. Installation to be included (please include in price). 1 2 G2953CA Agilent, 2100 Expert SW laptop bundle 2100 Expert SW laptop bundle includes HP Compaq laptop computer pre-installed 2100 expert software and instrument control license. Functionality is enabled with the license included in the application sets: electro-phoresis and flow cytometry set. Customers upgrading from 2100 expert software can use existing application licenses. Customers upgrading from Biosizing software can request a free electrophoresis license. Customers upgrading from Cell Fluorescence software can request a free flow cytometry license. No installation required. 1 Total Price OFFERORS SHALL PROVIDE DESCRIPTIVE LITERATURE, TO INCLUDE CURRENT WARRANTY PROVISIONS TO SUPPORT THE GOVERNMENT S EVALUATION OF THE OFFERED PRODUCT(S). (See Clauses FAR 52.211-6 Brand Name or Equal and VAAR 852.211-73 Brand Name or Equal) This procurement is for new items only; no remanufactured or "gray market" items. No remanufactures or gray market items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment, verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment shall be in accordance with the OEM terms and conditions. Place of Performance The Contractor shall deliver the quoted items, FOB Destination. Contractor shall indicate on the quote how many days after receipt of an order (ARO) the items can be delivered. Contractor shall deliver the items fully assembled and in operational condition. Delivery shall be to The John D. Dingell VA Medical Center, 4646 John R. Street, Detroit, Michigan 48201-1916. Award shall be made to the contractor whose quote offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor meeting or exceeding the requirement, (2) past performance, and (3) price. The following solicitation provisions apply to this acquisition: FAR 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.212-1, Instructions to Offerors Commercial Items (Deviation 2018-O0018) FAR 52.212-3, Offerors Representations and Certifications Commercial Item (Oct 2018) VAAR 852.211-72, Technical Industry Standards (Jan 2008) The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2019) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractor (Dec 2013) VAAR 852.203-70, Commercial Advertising (Jan 2008) VAAR 852.211-70, Service Data Manual (Nov 1984) VAAR 852.211-73, Brand Name or Equal (Jan 2008) VAAR 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside (Jul 2016) (DEVIATION) VAAR 852.232-72, Electronic Submission of payment Requests (Nov 2012) VAAR 852.246-71, Rejected Goods (Oct 2018) The full text of provisions or clauses may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp This is an open-market combined synopsis/solicitation. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition. OR The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: (Contractor shall list exception(s) and rationale for the exception(s)). Interested vendors are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System for Award Management (SAM) database prior to award of a contract. Registration is available at www.sam.gov. To be eligible to respond as an SDVOSB/VOSB, a firm must be Center for Veterans Enterprise (CVE) registered in VetBiz. Registration may be accomplished at http://www.vip.vetbiz.gov. Offers received from concerns that are not Veteran-owned Small Business (SDVOSB) shall not be considered and will not be evaluated. Quotes shall be sent by e-mail only to LouAnn.Gilliland@va.gov no later than 12:00 pm ET, March 15, 2019. Telephone inquiries will not be accepted. Questions pertaining to this solicitation shall be sent by e-mail only to LouAnn.Gilliland@va.gov no later than 4:00 pm ET, March 14, 2019. Questions received after the specified date and time will not be considered. Point of Contact LouAnn Gilliland Contract Specialist Network Contract Office (NCO) 10 Office: 937-268-6511 Email: LouAnn.Gilliland@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/36C25019Q0475/listing.html)
- Place of Performance
- Address: Department of Veterans Affairs;John D. Dingell VA Medical Center;4646 John R. Street;Detroit, MI
- Zip Code: 48201-1916
- Country: USA
- Zip Code: 48201-1916
- Record
- SN05247181-F 20190314/190312230024 (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 |