DOCUMENT
66 -- Allegra X14 - Attachment
- Notice Date
- 8/31/2012
- Notice Type
- Attachment
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component 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
- VA26112Q1975
- Response Due
- 9/6/2012
- Archive Date
- 9/21/2012
- Point of Contact
- Ferdinand Gawaran
- E-Mail Address
-
3-4551<br
- Small Business Set-Aside
- Total Small Business
- Description
- The Department of Veteran Affairs, Palo Alto, California, has a requirement to purchase an Allegra X-14R. The solicitation is a BRAND NAME OR EQUAL, and an Equal will be considered. The resulting purchase will be a Firm-Fixed Price Agreement. Interested parties responding to this RFQ shall provide a written response by e-mail by the due date indicated on the Solicitation. Only written responses received by the due date will be accepted. The E-mail address is ferdinand.gawaran@va.gov. 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 September 6, 2012 18:00 PM EST will be considered by the Government. The NAICS code is 544516 and the size standard is 500 Employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-56 effective, 02 Mar 2012. 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 $___________________ $____________________ Product: 808861 Description: Allegra X-14R, 120V - Cell Culture Manufacturer name _____________________________________ Brand _________________________________________________ Part/Model No. ________________________________________ 0002 1 EA $___________________ $____________________ Product: 392806 Description: Microplate Carriers for SX4750 Swinging Manufacturer name _____________________________________ Brand _________________________________________________ Part/Model No. ________________________________________ 0003 4 EA $___________________ $____________________ Product: 349945 Description: Sleeve, Flat Bottom BTLO 500ML (Lavender) Manufacturer name _____________________________________ Brand _________________________________________________ Part/Model No. ________________________________________ 0004 1 EA $___________________ $____________________ Product: 359470 Description: Adapters, Orange 14mm (Set 2 Manufacturer name _____________________________________ Brand _________________________________________________ Part/Model No. ________________________________________ GRAND TOTAL --- $_______________________ Delivery, acceptance, and FOB Destination Point: ITEMS ALL QUANTITYALL Delivery Date: ____ Days ARO Requested Delivery Date: 30 Days ARO SHIP TO:VA PALO ALTO HEALTH CARE SYSTEM (VAPAHCS) 3801 Miranda Ave. Palo Alto, CA 94304 DELIVER TO:TBD INSTRUCTIONS TO OFFERORS Only electronic offer will be accepted. Offers are due by 4:00 PM PDT September 6, 2012. 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) To the maximum extent practicable, offerors are encouraged to respond to this solicitation using pre-existing materials (such as brochures, catalogs, marketing documents) rather than creating new documents. (e) Offerors shall annotate the salient characteristics listed above to indicate the location of the relevant information used to meet the specification (document name and page number). (f) 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) Salient Characteristics: 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. The device must have the following characteristics equal to the Allegra X14R, with the following features: "MUST use CFC-free refrigerant to prevent damage to the environment "MUST feature a horizontal rotor that can accommodate a wide variety of tubes, bottles, blood bags and cell culture flasks with versatile modular adapters. "MUST have a total capacity of 3 liters using the horizontal rotor "MUST be able to generate 4300 x g with the horizontal rotor and up to 11,400 x g in fixed angle rotor "MUST have modular disk adapters that can adjust to tubes or bottles of different lengths by removing/adding disks "Must offer adapters for 15 and 50 ml conical tubes that provide capacity for 56 - 15 ml tubes and 28 - 50 ml conical tubes with bucket covers for aerosol protection. "Must offer adapters for Corning 75 cm2and 25 cm2 canted neck cell culture flasks. "MUST offer biosafety certified* aerosol containment canisters or bucket covers to prevent escape of biohazardous samples in case of tube/bottle leakage "MUST offer aerosol containment canisters that can be removed from the rotor for opening under a hood without disabling the centrifuge enabling others to use instrument "MUST have carriers to spin up to four standard microplates per carrier with a biosafety certified* lid, for a rotor total of sixteen standard microplates at up to 4,060 x g "Must offer an optional swinging bucket rotor that features automatic rotor imbalance correction for differences of up to 50 grams for opposing buckets that can spin tubes, bottles or microplate carriers "Must feature a fixed angle rotor with 6 x 100 ml capacity with biosafety certification* "Must have adapters for the fixed angle rotor available for tubes from 1.5 ml to 100 ml capacity "Must offer a numeric keypad for direct entry of values to eliminate scrolling "Must be able to set times up to 99 hours, 59 minutes as well as a hold position for longer runs "Must be able to display temperature range of -10 to + 40 C "Must be able to save and recall 10 user defined programs "Must be able to independently set 10 acceleration and 11 deceleration profiles "Must be able to set either rpm (speed) or rcf (g force) and be able to toggle between modes "Must have automatic rotor identification and ability to set rotor id from control panel "Must be able to recall original run parameters during a run "Must be able to control temperature accurately for 10 minutes after run has stopped "MUST offer warranty and extended warranty coverage by factory trained service engineers "MUST operate at full speed and produce no more than 68 dBa at three feet in front of instrument FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor shall be used to evaluate offers: 1.Meeting the salient characteristics listed above. The Government will award to the lowest price, technically acceptable offeror. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (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 (FEB 2012). FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (JUL 2012) For the purposes of this clause, items (b) 4, 23, 26-29, 31, 38, 40(ii), 42, and 48 are considered checked and apply. VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR852.211-70Service Data Manuals (NOV 1984) VAAR 852.211-73 Brand Name or Equal (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 (Feb 2012). FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Apr 2012): 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/VA26112Q1975/listing.html)
- Document(s)
- Attachment
- File Name: VA261-12-Q-1975 VA261-12-Q-1975.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=463999&FileName=VA261-12-Q-1975-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=463999&FileName=VA261-12-Q-1975-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA261-12-Q-1975 VA261-12-Q-1975.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=463999&FileName=VA261-12-Q-1975-000.docx)
- Record
- SN02864588-W 20120902/120901000018-2df2993667dc143565605002d2256473 (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 |