SOLICITATION NOTICE
66 -- 6640 - Multi-mode Microplate Reader
- Notice Date
- 11/8/2022 10:42:50 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24823Q0171
- Response Due
- 11/16/2022 1:30:00 PM
- Archive Date
- 12/16/2022
- Point of Contact
- Melissa Everett, Contract Specialist, Phone: 561-628-6754
- E-Mail Address
-
melissa.everett@va.gov
(melissa.everett@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 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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08. This solicitation is set-aside for SDVOSB (Service Disabled Veteran Owned Small Business). 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 FSC/PSC is .6640. The Bruce W. Carter VA Medical Center - Miami Veterans Healthcare System - 1201 Northwest 16th Street - Miami, FL 33125-1624 is seeking to purchase a multi-mode microplate reader system with components, installation, and training. This is a Brand Name or Equal Requirement in accordance with FAR 52.211-6. Any or equal response shall include manufacturer plus parts list, along with details on how such item(s) match or exceed the salient characteristics. Responses shall be on an all or none basis, no partial submission. The Government reserves the right to make no award at all. All interested companies shall provide quotations for the following: Supplies/Services Price Cost Schedule Line Item Description QTY Unit Unit Price Total Price 0001 0430-501 CLARIOstar Plus CLARIOstar Plus Base Unit, includes fluorescence intensity detection 1 EA 0002 1100-430-120 Absorbance-Spectrometer 1 EA 0003 1100-430-130 Luminescence 1 EA 0004 1100-430-571 Reagent Injector #1 1 EA 0005 1100-430-572 Reagent Injector #2 1 EA 0006 1100-430-110 Bottom Reading 1 EA 0007 1300-530 Standard Incubation 1 EA 0008 1600-600 Computer Workstation 1 EA 0009 1300-500 Manufacturer's Warranty 1 EA 0010 1300-501 Control and Evaluation Software 1 EA 0011 1300-502 Installation 1 JB 0012 1300-502 Training 1 JB Total Salient Characteristics Detection Modes Fluorescence intensity (incl. FRET) Fluorescence polarization AlphaScreen®/AlphaLISA®/AlphaPlex Luminescence (flash and glow) - incl. BRET Time-resolved fluorescence TR-FRET UV/vis absorbance spectra Measurement Modes Top and bottom reading Endpoint and kinetic Sequential multi-excitation Sequential multi-emission Spectral scanning (fluorescence, luminescence, absorbance) Ratiometric measurements Well scanning Microplate Formats 6- to 1536-well plates, user-definable LVis Plate with 16 low volume microspots (2 µL) Microplate Carrier Robot compatible Light Sources High energy xenon flash lamp Dedicated laser for AlphaScreen®/AlphaLISA®/AlphaPlex Detectors Low-noise photomultiplier tube Red-shifted photomultiplier tube CCD spectrometer Wavelength Selection Dual Linear Variable Filter (LVF) Monochromators Linear Variable Dichroic Mirror Separates ex & em LVF Monochromators Optical filters: Ex and em slides hold 4 filters each LVF Monochromators + optical filters Use one for ex and the other for em UV/Vis absorbance spectrometer: Full spectra or 8 distinct wavelengths in 880% (High Calibrator). Delta F > 30% (Low Calibrator). TRF < 20 fM europium, 384, 80 µL. LUM < 0.4 pM (< 8 amol/well ATP, 384sv, 20 µL). Dynamic range: 8 decades in a single measurement. AlphaScreen® with laser. < 5 pM (< 100 amol/well P-Tyr-100, 384sv, 20 µL). ABS with spectrometer. Selectable spectral resolution: 1, 2, 5, and 10 nm. OD range: 0 to 4 OD; photometric resolution: 0.001 OD. Accuracy: < 1% at 2 OD. Precision: < 0.5% at 1 OD and < 0.8% at 2 OD. Linearity: 0.8% at 2.0 OD. Read Times Flying mode (1 flash) 8 s (96), 15 s (384), 28 s (1536) 10 flashes 19 s (96), 57 s (384), 3 min 4 s (1536) Shaking Linear, orbital, and double-orbital with user-definable time and speed Incubation +3 °C above ambient up to 45 °C or 65 °C The upper heating plate of the incubation chamber operates at 0.5 °C more than the lower plate. This prevents condensation build-up on the lid or sealer Software Multi-user Reader Control and MARS Data Analysis Software included FDA 21 CFR Part 11 compliant Integrated fluorophore library Dimensions Width: 45 cm, depth: 51 cm, height: 40 cm; weight: 32 kg Optical Filters Excitation and emission slides for 4 filters each Optical Path Guides Top and bottom: free-air optical light path guided by motor-driven mirrors and dichroics Z-Adjustment Automatic focal height adjustment (0.1 mm resolution) Reagent Injection Up to 2 built-in reagent injectors Individual injection volumes for each well: 3 to 500 µL (optionally up to 2 ml) Variable injection speed up to 420 µL/s Reagent back flushing Integrated Barcode Reader Up to two integrated barcode readers Delivery shall be provided no later than 60 days after receipt of order (ARO) FOB Destination. Place of Performance/Place of Delivery Address: Miami VA Healthcare System Research and Development Service 1201 N.W. 16th Street Miami, Florida 33125-1624 Room 2A102 Postal Code: 33125-1624 Country: UNITED STATES 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 52.211-6, Brand Name or Equal 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 (Nov 2021) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Oct 2022) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. ADDENDUM to 52.212-1, Instructions to Offerors Commercial Items Gray market items are Original Equipment Manufacturer (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. Offeror 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. 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. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet or exceed are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA- wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments, or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. (End of Addendum to 52.212-1) All quoters shall submit the following: The name, address, and telephone number of the vendor. Tax Identification Number (TIN) SAM UEI Number / DUNS Number / Cage Code Point of Contact for submission of orders if awarded a contract Authorized Distributor Letter certified by OEM. Quoted price shall include delivery All quotes shall be sent to the following email address: melissa.everett@va.gov . Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical capability or quality of the item offered to meet the Government requirement Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Factor 1 Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Factor 2 Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement, as stated in Factor 1, shall not be selected regardless of price. (End of Addendum to 52.212-2) The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 4:30 PM (EST) on November 16, 2022, at melissa.everett@va.gov . Any questions or concerns regarding this solicitation shall be forwarded in writing via e-mail to the Point of Contact listed below by 2:00 PM (EST) on November 14, 2022. Point of Contact Contract Specialist Melissa Everett melissa.everett@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4de3dd840ccd49acae367f6b29413955/view)
- Place of Performance
- Address: Bruce W. Carter VA Medical Center Miami Veterans Healthcare System 1201 Northwest 16th Street, Miami, FL 33125-1624, USA
- Zip Code: 33125-1624
- Country: USA
- Zip Code: 33125-1624
- Record
- SN06512937-F 20221110/221108230109 (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 |