SOLICITATION NOTICE
66 -- Frozen Section Cryostat
- Notice Date
- 5/19/2022 11:14:57 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24522Q0601
- Response Due
- 5/27/2022 12:00:00 PM
- Archive Date
- 06/26/2022
- Point of Contact
- Ronnie Swailes, Contract Specialist, Phone: 202-745-8000
- E-Mail Address
-
Ronnie.swailes@va.gov
(Ronnie.swailes@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. VA will conduct the procurement according to a combination of FAR Part 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24522Q0601 and is issued as a Request for Quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2021-07, fiscal year 2022. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This requirement will be set aside for Service-Disabled Veteran Owned Small Business. The North American Industry Classification System (NAICS) code is 334516, Analytical Laboratory Instrument Manufacturing and the size standard is 1,000 employees. (v) The Louis A. Johnson VAMC is seeking to purchase one Frozen Section Cryostat to include installation, staff training, and a one-year warranty on the unit. This requirement consists of two (2) line item: Product Number Product Description Units of Measure Quantity 95 664 1EC70 Epredia Microm HM525 NX Cryostat EIL: 160, CSN: 6640-352275, NXR-NX Plan-Pathology-Freezing Unit Microtome Each 1 Installation Installation EA 1 ESTIMATED DELIVERY: June 20, 2022 STATEMENT OF WORK: BACKGROUND: Pathology and Laboratory Medicine Service (P&LMS) is a vital clinical service within the Louis A. Johnson VAMC to provide essential care for our veterans. At this location, our laboratory uses high complexity testing to diagnose, prevent, or treat disease in multiple departments using a diverse testing menu and multiple methods. Specifically, in the histology department, reliable equipment is needed to ensure adequate specimen processing. It is necessary that a properly functioning, and reliable cryostat be utilized in the department for STAT OR (operating room) consultations, while efficiently functioning in an otherwise high-volume working environment. A cryostat is an apparatus used for taking very fine tissue slices or sections while maintaining a specific cold temperature. This piece of equipment freezes the OR sample in order for the technician to precisely cut the tissue, place it onto a slide, and present it to the pathologist for immediate microscopic examination and report to the surgeon. PROJECT SCOPE: The P&LMS department has a cryostat that is nearing life expectancy. Replacement parts now have limited availably. The quality of frozen tissue slides has declined as well due to its age. These issues impact the turnaround time of critical results to the surgeon. The vendor will include installation, staff training, and a one-year warranty on the unit. SPECIFICATIONS: The frozen section cryostat shall have the following updated characteristics and features: Stainless-steel microtome with maintenance-free cross roller bearings At least 27 cooled specimen positions 4 fast freezing stations to -55 (+/-3) degrees Celsius by an integrated peltier 10 minute fast-freeze function Removable heated window Touch screen Automatic 24-hour defrost with interrupt function Memory function for predefined specimen advancement to knife edge 69.5 mm glass anti-roll plate Fine section thickness ranges from 1 to 100 microns Trim section thickness ranges from 5 to 500 microns Horizontal feed range of 28 mm Vertical cutting stroke of 60 mm Automatic specimen retraction on return stroke Light-touch mechanical handwheel with lock capability Immediate or scheduled UV disinfection High intensity 36 Watt UV light for disinfection On-screen feedback for incomplete or interrupted disinfection cycle Disinfection time of at least 300 minutes Adjustable chamber brightness Modular components Built-in alert system DELIVERY LOCATION: Louis A. Johnson VAMC 1 Medical Center Drive Clarksburg, WV 26301 The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. (vii) All material shall be used by Louis A. Johnson VAMC. (viii) 52.212-1 Instructions to Offerors - commercial Items, applies to this acquisition. There are no addenda to the provision. (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does not apply to this solicitation. Award will be based on lowest price and meeting or exceeding Statement of Work requirements. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- the 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. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: applies to this acquisition. (xii) 52.212-5 Contracts Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items; the following FAR clauses identified at paragraph (b) of FAR 52,204-10; 52.212.5 are considered checked and are applicable to this acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21; 52.222-26; 52.222-35, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-3; 52.225-13, 52.232-34. (xiii) 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term, 52.52.232-18 Availability of Funds, 52.232-19 Availability of Funds for Next Fiscal Year. Any additional contract requirement(s) or terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices will be addressed as necessary. (xiv) Proposals/Quotes shall be submitted in writing to Ronnie Swailes at Ronnie.swailes@va.gov No later than 1500 on Friday, May 27, 2022. Questions are due No later than 1600 on Wednesday, May 25, 2022, eastern standard time. Quotes shall be submitted on company letterhead. Commercial format is encouraged. All proposals/quotes shall include the following information: Legal Business/Company Name (as it is indicated in www.sam.gov) DUNS Number Contract Number (if applicable) Warranty Information (Can be a separate attachment) Point of Contact Name Telephone number E-mail Address (xvi) Point of contact for this solicitation is Ronnie Swailes, Ronnie.swailes@va.gov . Inquires must be in writing via email.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/04d31c90f64f4c4fb3c9011ae99ac18d/view)
- Place of Performance
- Address: Louis A. Johnson VAMC 1 Medical Center Drive, Clarksburg, WV 26301, USA
- Zip Code: 26301
- Country: USA
- Zip Code: 26301
- Record
- SN06332913-F 20220521/220519230102 (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 |