Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2019 FBO #6487
SOLICITATION NOTICE

66 -- Flow Cytometer

Notice Date
8/26/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26219Q1231
 
Response Due
8/30/2019
 
Archive Date
10/29/2019
 
Point of Contact
Anthony.DelaCruz@va.gov
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26219Q1231 Posted Date: 08-26-2019 Original Response Date: 08-30-2019 Current Response Date: 08-30-2019 Product or Service Code: 6640 Set Aside (SDVOSB/VOSB): Full and open competition NAICS Code: 334516 Contracting Office Address Department of Veteran Affairs       SAO West, Network Contracting Office-22 4811 Airport Plaza Drive, Suite 600   Long Beach, CA 90815-1263 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The Government intends to award a single Firm-Fixed Price (FFP) award contract. No quotes will be accepted past due date. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 1,000 employees. The Department of Veterans Affairs Network Contracting Office-22 is seeking to purchase a flow cytometer for VA San Diego Healthcare System, Department of Research. Below salient characteristics must be met with brand name or equal product. Notice: Re-manufactures or Gray Market items/ supplies will not be acceptable. Interested parties of RFQ must be an authorized reseller, distributor, or dealer of the O.E.M. (Original Equipment Manufacturer). Verification can be provided by an authorization letter or other documents from the OEM. Equipment shall be in accordance with the OEM terms and conditions. No exceptions must be a manufacturer-authorized distributor. In accordance with FAR 52.211-6, the technical specifications for this requirement is listed as brand name or equal purchase description as authorized in FAR 11.104. Below are salient physical, functional, and performance characteristics that must be met with brand name or equal product. Below salient characteristics must be met with brand name or equal purchase description. 1. Must have three excitation lasers (405nm, 488nm, 640nm) to maximize fluorophore options. 2. Must have spatially separated beams to minimize emission signal overlap. 3. Must have 15 detection channels to maximize signal detection: Forward scatter (FSC), side scatter (SSC) and 13 fluorescent detection channels. 4. Must employ user-exchangeable filters. 5. Must have fixed optics, requiring no operator alignment. 6. Must have a 7 log dynamic range, eliminating the need to set photomultiplier (PMT) voltages and simplifying instrument set up. 7. Must have a fluorescence threshold sensitivity of < 75 MESF for FITC and < 50 MESF for PE to enable detection of weak signals. 8. Must have a large, 170 x 290 ΅m quartz flow cell to minimize the chance of clogs. 9. Must have a sample acquisition rate of 20,000 events/seconds to enable rapid data acquisition and thus efficient sample processing. 10. Must have a robust, modular and automated means of sample acquisition and processing that enables use of the following sample input formats: 24 tubes measuring 12x75mm. 1.5mL and 2.0mL tubes. 24-well (standard) microwell plates. 96-well (flat-bottom, U-bottom, V-bottom) microwell plates. 11. Must employ a retractable probe and a built-in probe decontamination fluidics system to eliminate the possibility of cross-contamination between samples during acquisition. 12. Must employ NovoExpress, a fully-featured, robust software package enabling: Operation, maintenance and troubleshooting of the flow cytometer. Direct data analysis. Data export in FCS 3.0 and CSV formats for third-party software analysis. The ability to acquire and analyze data simultaneously in conjunction with the NovoSampler s operation. 13. Must employ negative-pressure sample acquisition to minimize ambient room noise. 14. Must have an operating temperature range of 15 to 32 degrees centigrade, enabling optimal performance while lessening the strain on the building s HVAC system. 15. Must employ simple, automated, fast, one-button procedures for: Startup. Cleaning. Decontamination. Shutdown. 16. Small benchtop footprint that will fit into limited amount of laboratory bench space. 17. Must have 15-parameter detection capacity Brand name Information: ACEA Bioscience Novocyte 3000 The information above is descriptive. The purpose is to accomplish salient characteristics to fulfill a flow cytometer requirement NCO-22 seeks to procure for VA San Diego Research Department. It is responsibility of interested source to demonstrate to Government that interested source can provide a flow cytometer that meets this requirement. Place of Performance Address: VA San Diego Healthcare System Room 6174A/B 3350 La Jolla Village Drive San Diego, CA 92161 Country: UNITED STATES Delivery shall be provided no later than 30 days after receipt of order/award of contract. Award shall be made to the vendor whose quotation offer most advantageous to the Government considering price. The government will evaluate information based on price evaluation. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders VAAR 852.232-72, Electronic Submission of Payment Requests (Nov 2012) The following subparagraphs of FAR 52.212-5 are applicable: b(4) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct. 2018) b(8) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) b(22) 52.219-28 Post Award Small Business Program Representation (Jul 2013) b(25) 52.222-3 Convict Labor (June 2003) b(26) 52.222-19 Child Labor- Cooperation with Authorities and Remedies (Jan 2018) b(27) 52.222-21 Prohibition of Segregated Facilities b(28)(i) 52.222-26 Equal Opportunity (Sep 2016) b(30)(i) 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) b(33)(i) 52.222-50 Combating Trafficking in Persons (Mar 2015) b(42) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) b(47)(iii), 52.225-3 Buy American-Free Trade Agreements0Israeli Trade Act (May 2014) b(49) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) b(55) 52.232-33 Payment by Electronic Funds Transfer-Other than System for Award Management (Jun 2013) All quoters shall submit the following: 1 copy of the quote. All quotations shall be sent to the Contract Specialist electronically. This is an open-market combined synopsis/solicitation for the product as defined herein.    The government intends to award a purchase order or delivery order/task 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 quoters 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:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than Friday August 30, 2019 by 6:00 a.m. Pacific Time. Email offers will be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist: Anthony Dela Cruz, Anthony.DelaCruz@va.gov. Point of Contact Anthony Dela Cruz, Contract Specialist Anthony.DelaCruz@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-AUG-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/LBVANBC/VAMD/36C26219Q1231/listing.html)
 
Place of Performance
Address: VA San Diego Healthcare System;Room 6174A/B;3350 La Jolla Village Drive.;San Diego
Zip Code: 92161
Country: USA
 
Record
SN05418405-F 20190828/190826230034 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.