SOURCES SOUGHT
66 -- ENVISION HTS PLATE READER
- Notice Date
- 8/30/2019
- Notice Type
- Synopsis
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
- ZIP Code
- 98662
- Solicitation Number
- 36C26019Q0798
- Response Due
- 9/4/2019
- Archive Date
- 10/4/2019
- Point of Contact
- gregory.watson2@va.gov
- Small Business Set-Aside
- N/A
- Description
- Special Notice Request for Information Only The Department of Veterans Affairs, NCO20 is looking for sources of the following. Department of Veterans Affairs Seattle VA Medical Center Overview: Seattle VAMC requires Prospective contractors to provide the following 1 ea Envision HTS Plate Reader. Brand Name or Equal per FAR 52.211-6 Brand Name or Equal to PerkinElmer Health Sciences Inc. 1 EA Envision HTS Plate Reader Objective: To Provide the The Seattle VAMC a multi-mode plate reader. The VISN20 MIRECC will conduct high throughput screening for disease nodes and modifiers related to cellular processes involved in traumatic brain injury. The MIRECC requires a multimode plate reader with the capacity to perform certified alphascreen, luminescence, absorbance, DELFIA, LANCE and TRFexcitation / detection capabilities with the ability to read up to 3456 well plate using fluorescence intensity mode. Salient Characteristics The reader must be of photomultiplier tube design (PMT) with optimized dichroic mirror blocks specific to each label that are bar coded for identification. The reader must have bar coded excitation and emission filters and mirror blocks for identification. The reader must be modular and able to hold up to five optimized dichroic mirror blocks simultaneously with automatic switching The reader must use monochromator technology for fluorescence intensity and absorbance assays. The reader must be able to read on the fly and able to measure a 1536 well plate in approximately 40 seconds. The reader must be able to read up to 3456 well plate using fluorescence intensity mode. The reader must be able to use and detect Image Flashplate technology. The reader must be of dual emission high throughput design. The reader must come equipped with certified alphascreen, luminescence, absorbance, DELFIA, LANCE and TRFexcitation / detection capabilities. The reader must come equipped with at least three laser excitation options (337nm, 680nm and 775nm). The reader must be able to use 100-240 V, 50/60 Hz power sources with standard-type U.S. receptacle plugs. The reader must be able to perform shaking with three modes: linear, orbital and double orbital The system must not exceed a physical footprint of (WxDxH) 42cm x 55cm x 58cm The system must have a compatible, proven 20 plate stacker for high throughput capacity. The system must come complete with Umbelliferone, 340/25, FITC, 450/8, 492/8, 615/8.5, BODIPY TMR, Cy5 and TRF LASER Dual Emission Labels excitation and detection capacities. GREY MARKET REQUIREMENTS (a) Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), 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 software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. This is not a request for competitive quotes; however, any firm that believes it can meet these requirements vendor may give written notification to the Contracting Officer within 6 days from the date of the publication of this synopsis. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Only authorized representatives of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Responses are due by 08/04/2019 11:59 pm PST. In accordance with FAR and VAAR Part 8 and/or 13, this notice document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, 19 Jan 2017. The North America Industry Classification System Code (NAICS) is 334510. Business Size Standard is 1250 Employees. Contracting Office Address: Department of Veterans Affairs NCO 20 Acquisitions 5115 NE 82nd Ave Suite 203 Vancouver, WA 98662 Contracting POC Gregory Watson 360-553-7602 gregory.watson2@va.gov DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-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/PoVAMC/VAMCCO80220/36C26019Q0798/listing.html)
- Place of Performance
- Zip Code: 97239
- Record
- SN05426101-F 20190901/190830230015 (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 |