SOURCES SOUGHT
66 -- Agilent Cary 3500 UV Vis Spectrophotometer System
- Notice Date
- 4/27/2020 11:33:58 AM
- Notice Type
- Sources Sought
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25620Q0559
- Response Due
- 4/29/2020 12:00:00 AM
- Archive Date
- 05/09/2020
- Point of Contact
- Ayanna Hamilton
- E-Mail Address
-
Ayanna.Hamilton@va.gov
(Ayanna.Hamilton@va.gov)
- Awardee
- null
- Description
- Department of Veterans Affairs Network Contracting Office 16 - HOUSTON In Support of the Michael E. DeBakey VA Medical Center (MEDVAMC) REQUEST FOR INFORMATION 36C25620Q0559 BACKGROUND: MEDVAMC has a requirement for the following: Cary 3500 UV Vis Spectrophotometer System: Must have a long-life Xenon flash lamp optical source with a 250 Hz flash rate so data points can be collected faster. Must provide the capability to perform one to four temperature experiments at the same time in the same spectrophotometer. This will greatly reduce analysis time and allow us to quickly determine temperature conditions. Must have an air-cooled temperature control system that can ramp sample temperatures up and down between 0 �C and 110 �C. This will eliminate the needs for recirculating water inside the unit thus eliminates the risk of leaks & spills. Must include a multicell that can collect data from eight cuvette positions simultaneously Must be able to ramp sample at 40 �C per minute and provide live sample temperature feedback from a sample temperature probe that can be positioned in any cuvette position. This will greatly reduce experiment time. Must have a multicell that has no moving parts. This will greatly reduce wear and tear; less replacement parts. Must have a multicell that is permanently aligned and does not require any user alignment. This will save time on position calibration. Must have a highly collimated beam that measures less than 1.5 mm across at the sample interface. The optical design must include high-speed integrated motor-encoder wavelength drive. This will provide faster scanning speeds to 150,000 nm/min, faster slew rates and better wavelength accuracy and reproducibility. Must have a photometric range up to 4 Abs. Must have an out-of-plane double Littrow monochromator. This will eliminate stray light and horizontal aberrations in the beam. This enables higher absorbance measurements, lower photometric noise, and better resolution. Must have the ability to vary the signal averaging time (SAT) for data collection between 0.004 and 1000 seconds. Spectrophotometer systems must have ethernet and/or USB ports. System software must include an in-built and customizable calculation tool for data analysis. REQUESTED RESPONSES: The intent of this Request for Information is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following: Please respond to this RFI if you can provide the exact brand name products listed in the table in the background section above. In the response please cite your business size status. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please respond to this RFI if you can provide supplies that may be determined EQUIVALENT to the products listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of potentially equivalent items, please respond to this RFI. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g. if CO determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). Please note that if no responses to this notice are received, from either authorized distributors of the cited brand name nor from manufacturers marketing a potentially equivalent brand, then this action will be sole sourced to the manufacturer cited in the Background section above. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to Ayanna.Hamilton@va.gov. Please respond to this RFI no later than 05/01/2020. DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4735677339ef489ebdba0d27d99be15a/view)
- Place of Performance
- Address: Michael E. DeBakey VA Medical Center;2002 Holcombe Blvd;Houston TX 77030
- Record
- SN05637464-F 20200429/200427230150 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |