SOLICITATION NOTICE
65 -- 595-21-1-480-0004 Cryostat (VA-20-00050549)
- Notice Date
- 6/10/2020 12:10:39 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24420Q0668
- Response Due
- 6/30/2020 12:00:00 PM
- Archive Date
- 08/29/2020
- Point of Contact
- Walida Moore, Contract Specialist, Phone: (412) 822-3928
- E-Mail Address
-
walida.moore@va.gov
(walida.moore@va.gov)
- Awardee
- null
- Description
- (i) This is a combined synopsis/solicitation for Tissue Tek Cryo3 Flex model #6201 Cryostat System, BRAND NAME OR EQUAL, as prepared in accordance with the format in Subpart 12.6, 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. A firm-fixed price purchase order is anticipated. (ii) The solicitation number is 36C24420Q0668 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, effective date January 15, 2020. (iv) This solicitation is the associated NAICS code 339113 has a small business size standard of 750. (v) Contract Line Items (CLIN): ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Tissue Tek Cryo3 Flex Cryostat Model D 115V 60Hz Part #6201 1 EA __________________ __________________ GRAND TOTAL __________________ STATEMENT OF NEED The Lebanon VA Medical Center has a requirement to one Cryostat as a replacement for the one damaged and non-functional beyond economical repair. The contractor shall provide one Tissue Tek Cryo3 Flex #6201 or equivalent. Discontinued models are not acceptable. All models shall perform satisfactorily at any laboratory temperature between 59 and 86 degrees. All models shall perform satisfactorily at any laboratory relative humidity between 10-85%. It must be available 24/7 for use. All work is to be performed in accordance with the guidelines established by federal, state, and local ordinances, with the FDA Manufacturer s guidelines, with all terms, conditions, provisions, schedules, and specifications provided. PLACE OF PERFORMANCE: Lebanon VA Medical Center located at 1700 S. Lincoln Ave., Lebanon, PA 17042; Attn: Warehouse. PERIOD OF PERFORMANCE: Delivery will be accepted 30 days after the contract is awarded, unless otherwise directed by the contracting officer (CO). Acceptance will normally be consummated upon delivery and, when applicable, installation and completion of personnel training. GENERAL REQUIREMENTS: The Contractor shall provide (1) Tissue Tek Cryo3 Flex model #6201 (or equivalent Cryostat System). Must be fully motorized with precise control of thickness of tissue specimens being sectioned in a chamber which accommodates -20C and lower temperatures. Must have anti-roll rake to prevent sections from rolling. Must have the ability to perform quick and precise fine angle adjustments on all three axes (XYZ) to preserve tissue by reducing trimming. Must have 1 travel distance. Shall have storage space to keep as many as possible blocks frozen for immediate recuts. Must provide accurate temperature control and quick freezing to avoid stress to delicate tissues or creating artifacts which interfere with diagnosis. Must have ergonomic designs. Must have two ozone disinfections cycles; long cycle (approximately 135 minutes warm) and a short cycle (approximately 45 minutes cold) with the ability to be set within a 24-hour period. Must be able to remove debris with little to no exposure to the technologist. Must be durable and able to withstand daily use. Must be capable of using low and high profile, disposable microtome blades. Technical Specifications: Dimensions: Width: 25.8 inches Depth: 29.7 inches Height: 47.0 inches Power requirement: 115/120 VAC, 50/60 Hz, 11 Amps Chamber Temperature: -35°C to 0°C +/- 2°C Cryo+ Temperature: When activated Cryo+ is 20°C lower than the chamber temperature, within 5 minutes. Lowest Cryo+ temperature is -50°C. Section Thickness Settings: 1 to 99 µm in 1 µm steps Maximum Specimen Thickness: 25mm Trimming Range: 1 to 100 µm in 1 µm steps Specimen holder Sizes: Round 26mm, 36mm, 55mm Specimen orientation: +/-8° (XY axis), 360° (Z axis) Chuck: 3D Precision Chuck secures the specimen holder to the microtome. Dial indicators show the exact angle of the Chuck. The guide marks show the exact orientation of the specimen holders in the chuck. Travel Range: Vertical:2.5 inches Horizontal: 1.0 inch Defrost Cycle: Manual: Defrosts the chamber within 30 minutes, when activated. Defrost Cycle: Automatic: Defrosts the chamber within 1 hour; start time can be set within a 24-hour period. Certifications: IEC 61010-1:2010 Ed:3, IEC 61010-2-010 Ed:3, IEC 61010-2-101 Ed:2, UL 61010-1 Ed:3, CAN/CSA C22.2 61010-1:2012 Ed:3 EMC: CENELEC IEC/EN 61326-1, EMC: CANELEC IEC/EN 61326-2-6 CONTRACTOR RESPONSIBILITIES: Installation: The contractor shall be responsible for installation, which consists of in-house delivery, positioning, and mounting of all equipment listed in the delivery order and connections of all equipment and interconnecting wiring and cabling if applicable. Upon receipt of notice to proceed with installation, it shall be the contractor s responsibility to inform the contracting officer of any problems which may be anticipated in connection with installation or which will affect optimum performance once installation is completed. In the event that progress of the installation is interrupted through no fault of the contractor, the continuous installation referenced preceding paragraphs may be terminated until the cause of delay has been eliminated, and then shall be resumed within 24 hours after the contractor has been notified that the work may proceed. Upon completion of installation, the equipment will be turned over to the hospital for use. Onsite installation and demonstration shall be done at Lebanon VAMC Pathology Department, 1700 S. Lincoln Ave, Lebanon PA 17042. The contractor shall coordinate the delivery and installation with the COR. Optimization, Validation, and Acceptation: Contractor shall assist with optimization and validation of all equipment after installation. The government shall accept equipment once installation and successful testing has been completed and approved by the Chief of Pathology. Warranty: The contractor shall warrant all pieces of equipment for a period of at least one (1) year. The warranty must include unlimited telephone/e-mail support for questions regarding operation. All costs including parts, labor, travel, and other expenses necessary to repair the system will be borne solely by the contractor at no additional cost to the U.S. Government. Warranty shall begin after installation of equipment and completion of tests. Training: The contractor, without additional charge to the government, shall provide training by a qualified technical person at the government location for all operating personnel at the time of installation of the contractor s equipment. Training will be required to learn how to set up, operate, and maintain all equipment. The contractor shall conduct one three-day training session for all users. The training shall provide a thorough demonstration of all system/solution functions, maintenance, data administration, and basic troubleshooting. The contractor shall provide one (1) copy set of operating manuals of Cryostat and other necessary Cryostat equipment to include schematics, installation, operation and maintenance and any other applicable manuals for system. Documentation shall be provided in English in hard copy and on CD/DVD ROM. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: CLAUSES: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) 852-219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set- Aside (a) Gray market items are Original Equipment Manufacturers (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. (ix) Evaluation Lowest Price Technically Acceptable (LPTA) Price: The government shall evaluate quoters prices, and then evaluate the apparent lowest-priced quote for acceptability under the technical factor. If the lowest-price quoter was evaluated as unacceptable, the agency shall then consider the acceptability of the next lowest-price quoter, continuing this process as necessary. Technical: Technical acceptability will be based on the quoter s ability to meet the requirements of the Statement of Work based on the provided capability statement. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: (End of Clause) 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 https://acquisition.gov/far (End of Clause) 852.203-70 Commercial Advertising (JAN 2008) 852.246-71 Inspection (Jan 2008) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (xiii) Additional conditions: All responses must include verification that each specification outlined in Section (vi) is met. All interested parties shall be registered, active and verified with the following sites to be considered for award. SAM: http://www.sam.gov VETBIZ: https://www.vip.vetbiz.gov/Public/Search/Default.aspx (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to walida.moore@va.gov and received no later than 6/30/2020 3:00 pm EST on the close date. Quote may be submitted on this document or the vendor s own form. I am asking all vendors for Consideration of A price hold until November 1, 2020. 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 LETTER needs to be provided with your quote in order to be considered for the award. (xvi) For information regarding the solicitation, please contact Walida Moore at walida.moore@va.gov ; NO PHONE CALLS WILL BE ACCEPTED
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7c64711d20f04f028fb68899565f7f60/view)
- Place of Performance
- Address: Department of Veterans Affairs Lebanon VA Medical Center 1700 South Lincoln Avenue, Lebanon, 17042, USA
- Zip Code: 17042
- Country: USA
- Zip Code: 17042
- Record
- SN05686373-F 20200612/200610230157 (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 |