Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 02, 2024 SAM #8102
SOURCES SOUGHT

65 -- Brand Name Only - LEICA - CM1860 Configuration US Cryostat, for the VA Pittsburgh Healthcare System (VAPHS) Histology Department. This is NOT a Request for Quotes.

Notice Date
1/31/2024 12:26:26 PM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24424Q0339
 
Response Due
2/7/2024 1:00:00 PM
 
Archive Date
04/07/2024
 
Point of Contact
David Santiago, Contract Specialist, Phone: 412-822-3746
 
E-Mail Address
david.santiago2@va.gov
(david.santiago2@va.gov)
 
Awardee
null
 
Description
The VA Pittsburgh Healthcare System (VAPHS) Histology Department STATEMENT OF WORK (SOW) Leica - CM1860 Configuration US Cryostat. Contract Number: Task Order Number: IFCAP Tracking Number: 646-24-2-233-0251 Follow-on to Contract and Task Order Number: N/A 1. Contracting Officer s Representative (COR). Name: Cathy Noble Section: Lab Contracting Manager Address: University Drive, Pittsburgh, PA 15240 Phone Number: 412-360-1524 Fax Number: E-Mail Address: Cathy.Noble@va.gov 2. Contract Title. Brand Name Only - Leica - CM1860 Configuration US Cryostat. 3. Background. The VA Pittsburgh Healthcare System (VAPHS) Histology Department requires a new Brand Name Only replacement Leica CM1860 Configuration US Cryostat. 4. Scope. The Histology Department uses cryostats to preserve frozen tissue samples, slice tissue sections thin enough for microscopic examination, and provide a quick diagnosis for a variety of diseases and medical conditions, including neuromuscular disease. The Leica CM 1860 delivers quality reproducible sections for in surgery cancer diagnoses, has several safety features such as a blade ejector, magnetic brush, and finger guards to protect and reduce the risk of cutting injuries. The Leica CM 1860 has designated storage shelves for samples, tools, and an accessible ambient temperature storage on top of the instrument. The Leica CM 1860 has a quick turnaround time with no need to adjust the instrument before use. The Leica CM 1860 has a readable LED display and can perform relevant functions by pushing one button. Historically, the Leica s we have had in the past required little to no service because they are High-quality instruments. 5. Specific Tasks. The VA Pittsburgh Healthcare System (VAPHS) Histology Department needs a high-quality replacement Brand Name Only: Leica CM1860 Configuration US Cryostat. Specific criteria the cryostat must meet: Equipment identification Instrument type Model numbers 14 0491 CM1860 46884 CM1860UV 46888 Electrical specifications Nominal voltage (+10 %) 120 VAC Nominal frequency 60 Hz Power consumption 1440 VA Power supply IEC 60320-1 C-20 Max. start-up current for 5 sec. 45 A eff. Mains input fuse (automatic circuit breaker) T12A M3 Secondary fuses F2: T1,6A L250 VAC (6.3x32) F3: T1,0A L250 VAC (6.3x32) F4: T6.25A L250 VAC (6.3x32) F5: T4A L250 VAC (6.3x32) Dimensions and weight specification Overall size of device, without handwheel (width x depth x height) 600 x 722 x 1206 mm Overall size of device, with handwheel (width x depth x height) 730 x 722 x 1206 mm Working height (armrest) 1025 mm Overall size of packaging (width x depth x height) 960 x 820 x 1400 mm Empty weight (without accessories) 135 kg Environmental specification Operating altitude Max. 2000 m above sea level Operating temperature +18 °C to +35 °C Relative humidity (operation) 20 to 60 % RH non condensing Transport temperature -29 °C to +50 °C Storage temperature +5 °C to +50 °C Relative humidity (transport / storage) 10 to 85 % RH non condensing Minimum distance to walls Back: 150 mm Right: 300 mm Left: 150 mm Emissions and boundary conditions Overvoltage category according to IEC 61010-1 II Pollution degree according to IEC 61010-1 2 Means of protection according to IEC 61010-1 Class 1 Degree of protection according to IEC 60529 IP20 Heat emission 1440 J/s A weighted noise level, measured at 1 m distance < 70 dB (A) EMC class B (FCC Rules part 15) B (CISPR 11, IEC 61326, CAN ICES-3 (A)/NMB) Chamber cooling Temperature range 0 °C to -35 °C ±3 K, adjustable in 1 K increments, at ambient temperature of 22 °C Cooling time to -35 °C Max. 6 h, at starting point and ambient temperature of 22 °C and 60 % relative humidity Max. operating pressure 25 bar Refrigerant* 315 g, refrigerant R-452A* Defrosting Hot gas defrosting Manual defrosting Yes Automatic defrosting Yes Programmable Yes (hot gas defrost), selectable time Defrosting intervals 1 defrost in 24 h or manual hot gas defrost Defrost duration 12 minutes Automatic turn-off defrost At chamber temperature of more than -5 °C At evaporator temperature of more than +38 °C Quick-freeze shelf Lowest temperature -40 °C (+3/-5 K), at chamber temperature of -35 °C and at ambient temperature of 22 °C Number of freezing stations 8+2 Defrosting Hot gas defrosting Defrost duration 12 minutes Automatic turn-off defrost At chamber temperature of more than -5 °C At evaporator temperature of more than +38 °C Manual start Yes Automatic start No Manual abort Yes Peltier station / Quick-freeze shelf Max. difference in temperature to quick-freeze shelf Min. 17 K, at chamber temperature of -35 °C Number of freezing stations 2 Duration of active time 10 minutes (turn-off possible after 6 minutes) Defrosting Together with quick-freeze shelf Microtome Type Rotary microtome, encapsulated Section thickness range 1 m to 100 m Horizontal specimen feed 25 mm +3 mm Vertical specimen stroke 59 mm ±1 mm Specimen retraction 20 m (can be deactivated) Maximum specimen size 55 mm x 55 mm or 50 mm x 80 mm Specimen orientation ±8 ° (x-, y-axis) Coarse feed Slow: max. 600 m/s Fast: min. 900 m/s UVC lamp (only CM1860UV) Manual start Yes Automatic start No Manual abort Yes Duration cycle Short cycle: 30 minutes Long cycle: 180 minutes 6. Place of Performance. Government site: VA Pittsburgh Healthcare System, University Dr, Pittsburgh, PA 15240 Histology Lab 7. Period of Performance. One-time equipment purchase. 8. Delivery Location. VA Pittsburgh Healthcare System University Drive C, Pittsburgh, PA 15240 Histology Lab U2NE117 GOVERNMENT RESPONSIBILITIES: The Government shall provide the following: The authorized COR, will assume responsibility for the installation and performance of all other equipment and work necessary for completion of this project: (1) Provide site access and escorts to the customer's location to where the equipment is located. (2) Provide adequate space for the work to be performed. (3) Provide the contractor with contact information and the necessary authorization to coordinate connectivity issues with applicable U.S. Government POC's. Instructions: The information identified above is intended to be descriptive of the BRAND NAME ONLY - LEICA - CM1860 Configuration US Cryostat to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339113. Please answer the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process. (6) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (7) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. (8) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (9) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities regarding the brand name equipment. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Responses must be received via email to david.santiago2@va.gov no later than, 4 PM Eastern Standard Time (EST) on Wednesday February 7, 2024. This notice will help the VA in determining available potential sources only. Reference 36C24424Q0339 in the subject of the email response. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Specialist, David Santiago. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the beta.Sam web site for all qualified interested parties at a later date and interested parties must respond to this Sources Sought notification to be considered for a set-aside. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by email to Contracting Specialist at david.santiago2@va.gov DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6a52c699620c401ea9de5c17c0abfa21/view)
 
Place of Performance
Address: VA Pittsburgh Healthcare System (VAPHS) University Drive - C 4100 Allequippa St,, Pittsburgh, 15420, USA
Zip Code: 15420
Country: USA
 
Record
SN06951505-F 20240202/240131230052 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.