DOCUMENT
66 -- Bio-Rad Chemidoc MP Imaging Instrument - Attachment
- Notice Date
- 9/12/2019
- Notice Type
- Attachment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- US Department of Veterans Affairs;Veterans Health Administration;Regional Procurement Office (RPO) East;323 North Shore Drive, Suite 500;Pittsburgh PA 15212-5319
- ZIP Code
- 15212-5319
- Solicitation Number
- 36C24E19Q0189
- Response Due
- 9/13/2019
- Archive Date
- 9/13/2019
- Point of Contact
- Shannon Hukriede
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24E19Q0189 Posted Date: September 12, 2019 Original Response Date: September 13, 2019 Current Response Date: September 13, 2019 Product or Service Code: 6640 Set Aside (SDVOSB/VOSB): Small NAICS Code: 334516 Contracting Office Address VHA Regional Procurement Office East North Shore Drive, Suite 500 Pittsburgh, PA 15212 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; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotations (RFQ); Solicitation Number: 36C24E19Q0189. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. 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 VHA RPO-East Contract Office is seeking to purchase for the following: All interested companies shall provide quotation(s) for the following: Supplies Statement of Need (SON) Contract Description and Requirements The VA Medical Center Omaha has a requirement to purchase a Bio-Rad ChemiDoc MP Imaging Instrument to support funded research studies. A firm-fixed price contract will be awarded for the purchase of Brand Name or Equal equipment in accordance with all terms, conditions, provisions, specifications, and schedule of this solicitation herein. Quotes shall contain the quoter s best terms for cost/price and technical capabilities of the required ChemiDoc MP Instrument or equivalent equipment. The government reserves the right to award without discussion. Pricing The quoter shall submit price quotations for the required brand name or equal equipment, to the specifications listed below. Please enclose the established price list and description of capabilities and product specifications for the required equipment. The quoter shall submit a separate price sheet for equal items to include Manufacturer Name, Stock/Part #, Unit of Issue, and Price. Note: the quoter should include a description of any support services or warranty information in the technical quote. Required Products and Specifications Bio-Rad ChemiDoc MP Instrument, or equal, equipment in support of research studies. Item Information Line Item Description Quantity Unit Price Total Price 0001 CHEMIDOC TM MP IMAGING SYSTEM LOCAL STOCK NUMBER: 17001402 1 EA Product Capabilities and Salient Characteristics or Equal Imaging system must be a high energy LED based (long lasting) system with one CCD detector. The imaging system must have touch screen functionality with three sample trays for multiple fluorophores and stains (Blot/UV/stain-free sample tray for trans-ultraviolet, epi illumination, and multiplex western blot applications; White sample tray for trans-white illumination and Blue sample tray for trans-blue illumination) and have the following required features: 2,750 H x 2,200 V pixels, 6.05 megapixels 70% quantum efficiency (QE) at 425 nm, maximum QE of 75% at 525 nm, 75 50% QE at 525 800 nm f/0.95 fast lens 16-bit data acquisition 4.54 x 4.54 m pixel size Low read noise, 6e Low dark current, 0.002 e /p/s at 15 °C Peltier cooling to 15 °C, absolute. The imaging system must have smart tray technology, capability to store files in the integrated PC; safety features any time system is in use; and multiple input/output ports. It must have a 5-channel system for stain-free, red, green, blue and far red/near infrared (Licor dyes). It must image stain-free and regular gels, chemiluminescence, and fluorescent blots, and attain images in seconds versus minutes. It must have an independent operating system that can export in at least four file formats: ImageLab, Raw TIF, Publication TIF, and Publication JPEG; and images can be transferred via USB or networking. It must have included operating software loaded on the instrument, like ImageLab 6.0, and operating system software upgrades must be included free-of-charge. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by the brand name) will be considered if such product is clearly identified in the quote and is determined by the VA to meet fully the salient characteristics on above products. If offering an equivalent product, the brand name of the equivalent product shall be clearly identified in the quote. Unless visibly identified as an equivalent product, offered items shall be considered as the brand name product referenced in this announcement. The evaluation of quotes and the determination as to the equality of the products shall be the responsibility of the Government and shall be based on information provided by the quoter. The Government is not responsible for locating or securing any information not provided in the quotation by the quoter. To ensure that sufficient information is available, the quoter must furnish, as a part of the quote, all descriptive material necessary for the purchasing activity to determine whether the products meet the salient characteristics of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement shall include a clear description of the proposed modification and clearly mark any descriptive material to show the proposed modification. Quotations that do not have descriptive material will not be considered for award. Place of Performance Address: VA Medical Center Omaha 4101 Woolworth Ave Omaha, NE 68105 Award shall be made to the quoter whose quote offers the lowest price technically acceptable, and who is the Original Equipment Manufacturer (OEM), authorized dealer, authorized distributor or authorized reseller of all the items listed above. 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 FAR 52.219-6, Notice of Total Small Business Set Aside FAR52.211-6, Brand Name or Equal All quotations shall be sent to Shannon.Hukriede@va.gov, and reference Solicitation 36C24E19Q0152 in the subject line of the email. This is an open-market combined synopsis/solicitation for products as defined herein. Submission shall be received not later than 13 September 2019, 4:00 p.m. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only emailed quotes will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Shannon.Hukriede@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1271062b663d7b0273c52b4d744b9781)
- Document(s)
- Attachment
- File Name: 36C24E19Q0189 36C24E19Q0189.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5151466&FileName=36C24E19Q0189-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5151466&FileName=36C24E19Q0189-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24E19Q0189 36C24E19Q0189.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5151466&FileName=36C24E19Q0189-000.docx)
- Record
- SN05442585-W 20190914/190912231249-1271062b663d7b0273c52b4d744b9781 (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 |