SOLICITATION NOTICE
65 -- Intermittent Hypoxia System
- Notice Date
- 5/13/2020 6:59:08 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24420Q0625
- Response Due
- 5/19/2020 12:00:00 AM
- Archive Date
- 07/18/2020
- Point of Contact
- justin.erdley@va.gov
- E-Mail Address
-
Justin.Erdley@va.gov
(Justin.Erdley@va.gov)
- Awardee
- null
- Description
- COMBINED SYNOPSIS SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with Part 13 of Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This Solicitation is issued as a Request for Quote (RFQ), and the solicitation number is 36C24420Q0625. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 20019-02, effective date May 6, 2019, and the Veterans Affairs Acquisition Regulations (VAAR). The complete text of any of the clauses and provisions may be accessed in full text at www.acquisition.gov. This Solicitation is being competed as Unrestricted. The NAICS Code is 334516 Analytical Laboratory Instrument Manufacturing and the business size standard is 1000. *Note: To be eligible to receive an award from this RFQ, vendor must be registered and certified in the VIP database, Applicable only to Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB). Quotes must be emailed to justin.erdley@va.gov and received no later than Tuesday, May 19, 2020 by 12 noon EST. The Department of Veterans Affairs, Philadelphia VA Medical Center, Research Laboratory in the Division of Sleep Medicine has a requirement for an Animal Modeling System for Intermittent Hypoxia on mice. All work shall be completed in accordance with the below Statement of Need (SON). The contract resulting from this solicitation will be a Firm-Fixed-Price contract, Lowest Price Technically Acceptable (LPTA). Any award resulting from this solicitation will be issued on a Standard Form 1449. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database IAW FAR 52.212-1(k). Registration may be done online at: www.acquisition.gov or https://beta.sam.gov/. Interested vendors are advised to monitor Contract Opportunities https://beta.sam.gov/ for any amendments to this solicitation that may be posted. Contractors are advised that any and all questions concerning this solicitation must be sent in writing to the Contract Specialist at NCO 4, Pittsburgh, PA. Questions may be sent via email to Justin Erdley at justin.erdley@va.gov. No Questions will be answered after 12 noon, Tuesday, May 19, 2020. Background. Obstructive Sleep Apnea (OSA) is very common in the US and getting more and more common as the population gets older and more obese. In addition, out of all the cancers, lung cancer has the highest death rate and is higher than the next 3 cancers combined for both men and women. Recently data shows that people with cancer have a higher rate of death if they have OSA. Cyclical intermittent hypoxia (CIH), the cycling of oxygen levels from normal to low then back to normal, is seen in patients with obstructive sleep apnea, anywhere from 5 times an hour to over 100 times an hour. In our previous research, we found that severe CIH (where the oxygen levels go down extremely low about 60 times an hour for 12 hours during sleep) makes lung cancer in mice progress faster compared to mice breathing normal room air. This research is the next step in asking how does CIH cause lung cancer in mice to progress faster compared to mice breathing room air. This research is important because it is this progression of cancer that ultimately kills people. One possible way CIH makes cancer progress faster is that CIH makes the immune system dysfunctional. Many scientists believe that everyone gets cancer multiple times in our life but our immune system can detect these abnormal cancer cells and kills them before they become a problem. We think that the CIH causes changes in the immune system that favors a situation where cancer cells can hide from the immune system and prevent being killed by the immune system. Because studying the effects of the immune system on cancer is very complicated it cannot be studied in a dish or in a computer program. Because the immune system has many key organs that are involved in the production and education of the many different immune cells, we cannot study this in humans. For example, the bone marrow is where most immune cells are made- in a study that uses mice such as this study, we can harvest the bone marrow and understand the effect of CIH on immune cell populations. Another example is the thymus is involved in educating T cells as to what is self (therefore do not kill) and what is non-self (must be foreign like bacteria or virus or cancer cell, therefore DO kill)- in a study that uses mice, we can harvest the thymus and understand the effect of CIH on the education of T cells. The same goes for the spleen, lymph nodes, left lung (site of primary cancer) and any other organ that the cancer spreads to. Therefore the benefits of knowing how CIH alters the immune system in the setting of cancer may teach us how to help the immune system get rid of the cancer, and this is good for society- to have less deaths due to cancer--- and would hopefully outweigh the pain and distress caused to mice in this research. The contractor will be able to provide cyclical intermittent hypoxia system with the following specifications: Deliver cyclical intermittent hypoxia to 4 mouse cages, preferably each cage is able to have its own unique profile and Deliver sham or normoxia to 4 mouse cages. ELECTRICAL POWER: 115VAC/60Hz or 240VAC/50Hz @ 6.3A. DISPLAY: 2.4"" Graphic LCD COMMUNICATIONS: 1 serial communication RS232/RS485 port; 1 Ethernet TCP/IP port CONTROL RANGE: 0 - 95% oxygen. ACCURACY: 2% full scale. RESOLUTION: to 0.1% oxygen, display and set point. OXYGEN SENSOR: Maxtec (USA), Model Max-23 (p/n R116P06). GAS SOURCE: compressed nitrogen and air (or oxygen) tanks or generators. GAS SUPPLY: pressurized gas. GAS SUPPLY LINE: 1/4 inch O.D. GAS SUPPLY LINE PRESSURE: 40-60 PSI. GAS INFUSION RATE: 1-80 L/Min. each control gas into each cage. ALARM OUTPUT: visible screen. ALARM MODES: Air (oxygen) pressure is low (<25 PSI). WEIGHT: 20 lbs. DIMENSIONS: 8.5""H x 21""W x 15.5""D. CLIN STRUCTURE: DESCRIPTION QUANTITY UNIT COST Animal modeling systems for Intermittent Hypoxia 2 EA Mice cages 12 EA Spare oxygen sensor 4 EA The following FAR and Veterans Affairs Acquisition Regulation (VAAR) apply to this acquisition: 52.212-1 Instructions to Offerors -- Commercial Items (JAN 2017) (DEVIATION 2018-O0013) applies to this acquisition. Quote Submission Instructions: Quotes shall be sent electronically via e-mail. All quotes shall include one (1) separate copy of each of the items listed below. Submission of a quote that does not contain all items requested below may result in elimination from consideration of award. Offerors must submit each item of quote in a separate electronic attachment clearly identified as described below. No price information shall be included in the technical or past performance section. Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of each quote. The following provisions apply and are incorporated by reference and full text: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/index.asp The Government intends to award a Firm-Fixed-Price Purchase Order as a result of this Request for Quote to the responsible offeror whose quote conforms to the solicitation requirements and will be most advantageous to the Government, considering price, technical capability and past performance of the service offered. Offerors must be determined responsible according to the standards of FAR Part 9 to be eligible for award. The Government is not limited to the Past Performance Record information provided above, but reserves the right to independently seek past performance information through open market contracts, government systems, and other government agencies. The Contracting Officer does anticipate adequate price competition for this RFQ. Should that not happen, the Contracting Officer may need to ask for Data Other than Certified Cost and Price Data to assist with the determination of price reasonableness. Vendors are advised that submitting an unrealistically low price may be grounds for eliminating a quote from competition. This could be on the basis that the vendor does not understand the requirement or has made an incautious quote. (End of Provision) 852.270-1 Representatives of Contracting Officers (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract.� Such designation will be in writing and will define the scope and limitation of the designee s authority.� A copy of the designation shall be furnished to the contractor. (End of Provision) 13.106-2 Evaluation of Quotations or Offers The Government intends to award a Firm-Fixed-Price Purchase Order as a result of this Request for Quote to the responsible offeror whose quote conforms to the solicitation requirements and will be most advantageous to the Government, considering the lowest price only as the sole evaluation factor, Offerors must be determined responsible according to the standards of FAR Part 9 to be eligible for award. The Government is not limited to the Past Performance Record information provided above, but reserves the right to independently seek past performance information through open market contracts, government systems, and other government agencies. The Contracting Officer does anticipate adequate price competition for this RFQ. Should that not happen, the Contracting Officer may need to ask for Data Other than Certified Cost and Price Data to assist with the determination of price reasonableness. Vendors are advised that submitting an unrealistically low price may be grounds for eliminating a quote from competition. This could be on the basis that the vendor does not understand the requirement or has made an incautious quote. (End of Provision) Contractors are required to include a copy of the FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://sam.gov. Failure to include the certifications along with the price proposal or complete certifications on the internet may result in elimination from consideration for award. FAR 52.212-4 Contract Terms and Conditions Commercial Items (JAN 2017) applies to this acquisition. Contractors shall have no access to Department of Veterans Affairs computer systems.��If required, each contractor employee working on-site must complete training course VA Privacy and Information Security Awareness and Rules of Behavior .��When a new contractor employee arrives on-site they must contact Contracting Officer Representative (COR), who will arrange for this training. 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/index.asp 852.232-72 Electronic Submission of Payment Requests (NOV 2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail; the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) 852.237-70 Contractor Responsibilities (APR 1984). The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Pennsylvania. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) Local Security Clause: The COR is responsible for ensuring that all Contractors comply with physical security policies. A compliant ID badge must be worn by Contractors at all times while on VA premises. Contractor may not have access to the VA network or any VA sensitive information under this contract. (End of Addenda to FAR 52.212-4) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JAN 2018) applies to this solicitation. The additional FAR clauses cited in 52.212-5 are applicable to this acquisition. In paragraph (a) the following clauses apply: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) In paragraph (b) the following clauses apply: 52.204-10, Reporting Executive Compensation &First Tier Subcontract Awards (OCT 2016) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (OCT 2015) 52.216-1, Type of Contract (APR 1984) 52.216-18, Ordering (OCT 1995) 52.216-21, Requirements (OCT 1995) 52.222-3, Convict Labor (JUNE 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246) 52.222-35, Equal Opportunity for Veterans (OCT 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37, Employment Reports on Veterans (FEB 2016) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013) 852.203-70, Commercial Advertising (JAN 2008) 852.203-71, Display of Department of Veteran Affairs Hotline Post (DEC 1992) Additional Conditions: All interested parties shall be registered, active, and verified with the following sites to be considered for award. SAM: (ALL BUSINESSES) https://beta.sam.gov/ VETBIZ (SDVOSB/VOSB S ONLY) https://www.vip.vetbiz.gov/Public/Search/Default.aspx Interested vendors are advised to monitor Contract Opportunities https://beta.sam.gov/ for any amendments to this solicitation that may be posted. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. Quotes must be emailed to justin.erdley@va.gov and received no later than Tuesday, May 19, 2020 by 12 noon EST. Quotes may be submitted on this document (If you use this form, Include your company information name, address, phone number, POC, POC email, and DUNS #) or the vendor s own form. If you are not the manufacturer then an AUTHORIZED DISTRIBUTOR LETTERS FROM THE MFG needs to be provided with your quote to be considered for the award. NO LATE OFFERS WILL BE ACCEPTED and shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). (xvi) For information regarding the solicitation, please contact Justin Erdley at justin.erdley@va.gov ; NO PHONE CALLS WILL BE ACCEPTED (End of Document)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/254596c8827348febd33969e51618bfa/view)
- Place of Performance
- Address: Philadelphia VA Medical Center;3900 Woodland Avenue;Philadelphia, PA;19104 19104, USA
- Zip Code: 19104
- Country: USA
- Zip Code: 19104
- Record
- SN05656592-F 20200515/200513230158 (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 |