Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2011 FBO #3569
DOCUMENT

66 -- Speckle pattern correlation system - Attachment

Notice Date
8/31/2011
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd. Bldg 98 (90/CCA);McClellan CA 95652-1012
 
ZIP Code
95652-1012
 
Solicitation Number
VA26111RQ1248
 
Response Due
9/6/2011
 
Archive Date
11/5/2011
 
Point of Contact
Daniel Czech
 
E-Mail Address
3-4558<br
 
Small Business Set-Aside
Total Small Business
 
Description
This document is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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 The proposed contract action is for supplies or services for which the Government intends to solicit competitive offers. Interested persons may submit offers, and all eligible offers received prior to Sept 06, 2011 will be considered by the Government. The NAICS code is 334516 and the small business size standard is 500 Employees. This solicitation is being set aside 100% for small business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. Only emailed requests received directly from the requester are acceptable. The list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable). Please note, all of the line items are designated Brand Name or Equal: CLIN w/DESCRIPTION/QTY/UNIT/UNIT PRICE/TOTAL AMOUNT 0001 1 EA $___________________ $____________________ Brand Name or Equal ARAMIS 3D 5M System Manufacturer name_____________________________________ Brand________________________________________________ No.__________________________________________________ 0002 1 EA $___________________ $____________________ Brand Name or Equal MicroARAMIS 3D-Cal Standards, Lenses, Lighting, etc (10mm-4mm) Manufacturer name_____________________________________ Brand________________________________________________ No.__________________________________________________ 0003 1 EA $___________________ $____________________ Brand Name or Equal Advanced ARAMIS Operator Certification (includes - advanced methods, Operator Level II Certification, and two-day, on-site training) Due 60 Days after Installation Manufacturer name_____________________________________ Brand________________________________________________ No.__________________________________________________ GRAND TOTAL --- $_______________________ Delivery, acceptance, and FOB Destination Point: ITEMS ALL QUANTITY ALL Requested Delivery Date: 30 Days ARO SHIP TO: VA Palo Alto Health Care System 3801 Miranda Ave, Blgd 100 Palo Alto, CA 94304-1207 VA POC: TBD INSTRUCTIONS TO OFFERORS Offerors may submit any documents called for by this RFQ through FedBid, or directly to daniel.czech@va.gov by 3:00 PM PDT Sept 06, 2011. CONFLICTS In the event of a conflict between FedBid terms and conditions and Federal Government law, rule, or regulation, including, but not limited to statutes, executive orders, the Federal Acquisition Regulation, the VA Acquisition Regulation, or internal implementing policy, Federal Government Law, rule, or regulation will supersede FedBid terms and conditions and will control the total RFQ. EVALUATION FACTORS Offerors will be evaluated to the extent they can provide the items (or equal) listed in the price schedule in Section B. The Government will award to the lowest priced, responsible, technically acceptable offeror. An "or equal" item must: 1.Meet the industry standard ISO-9001 Calibration Standards for Field of View, ranging from 8 mm - 300 mm. 2.Be fit for Speckle-pattern correlation and digital image correlation for the determination of displacement, velocity and strain of both biological tissues and traditional engineering materials. 3.Use image correlation based on the tracking of a random pattern on the surface of an object, measured before and after deformation or motion using special type of paint and applicator that produces a random speckle pattern on the surface of the material under consideration. 4.Require no special illumination or lasers and no specimen contact during testing. 5.Provide for full-field strain display, instead of strain gages, especially for small animal bones where even the smallest strain gages are relatively large, or for soft tissues where the attachment of a strain gage is not typically possible. 6.Be able to calculate displacement, strain, or velocity for tissues and cells for which speckle paint is not appropriate, for example, cells that fluoresce and are randomly distributed and adherent to a flat substrate or scaffold after substrate deformation. 7.Be able to provide deformation and strain measurements for multiple human and animal tissues, for example, teeth, bone ligament/tendon, muscle, brain, and cuticle, and cell culture systems. 8.Must include 8 channels of analog input and 4 channels of analog output 9.Must provide on-site training and on-site operator certification 10.Must provide on-site support when needed, within 72 hours. 11.Must include free lifetime software maintenance 12.Must include 3 pairs of lenses for three-dimensional measurements with a field of view ranging from 4mm to 250mm 13.Must be able to accept direct input from a finite element analysis for verification purposes 14.Be able to measure the full-field strain distribution of the mouse tibia. 15.Be fit to determine surface strains in cadaver radii during strength testing. 16.Be fit to determine strain in the hip labrum under physiological loading of the hip joint. 17.Contractors must provide equivalent training opportunities as the brand name item. FAR 52.211-6 Brand Name or Equal (Aug 1999) (a) 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 are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) 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. (c) 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. (d) 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. (End of provision) ADDITIONAL SOLICITATION PROVISIONS/CONTRACT CLAUSES: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) For the purpose of this clause, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (June 2010). FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Aug 2011) For the purposes of this clause, items (b) 4, 6, 7, 11, 21, 24-31, 36, 37, 40, and 46 are considered checked and apply. VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.211-70 Service Data Manuals (Nov 1984) VAAR 852.211-73 Brand Name or Equal (Jan 2008) VAAR 852.246-70 Guarantee (Jan 2008) VAAR 852.246-71 Inspection (Jan 2008) VAAR 852.273-76 Electronic Invoice Submission (Interim - October 2008) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) For the purpose of this provision, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively. FAR 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008). FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (May 2011): Offerors must return this provision with their proposal. They may either (1)complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://orca.bpn.gov/login.aspx. FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (May 1999)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26111RQ1248/listing.html)
 
Document(s)
Attachment
 
File Name: VA-261-11-RQ-1248 VA-261-11-RQ-1248.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=248941&FileName=VA-261-11-RQ-1248-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=248941&FileName=VA-261-11-RQ-1248-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02556931-W 20110902/110831235421-458bd7c5201927f77d10d3a7de250546 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.