DOCUMENT
66 -- Laboratory Equipment ForteBio Brand Name or Equal - Attachment
- Notice Date
- 8/16/2016
- Notice Type
- Attachment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- US Department of Veterans Affairs;Veterans Health Administration;Service Area Office (SAO) East;323 North Shore Drive, Suite 500;Pittsburgh PA 15212-5319
- ZIP Code
- 15212-5319
- Solicitation Number
- VA24016Q0057
- Response Due
- 8/19/2016
- Archive Date
- 9/18/2016
- Point of Contact
- Bridget Kornish
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is VA240-16-Q-0057. The government anticipated awarding a firm-fixed price contract resulting from this combined synopsis/solicitation. This solicitation is issued as a 100% set aside for veteran owned small business concerns (To receive credit, an Offeror must be registered and verified in VetBiz.gov Vendor Information Pages (http://www.VetBiz.gov). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisition.gov. STATEMENT OF NEED (SON) 1.0CONTRACT DESCRIPTION AND REQUIREMENTS The Michael E. Debakey has a requirement to purchase tissue culture Incubators for the existing Research Office Building. A Firm Fixed Price contract will be awarded for the purchase of Brand Name or Equal equipment in accordance with all terms, conditions, provisions, specifications and schedule of this solicitation herein. Quotes shall contain the Offeror's best terms for cost/price and technical capabilities of the required ForteBio system or equivalent equipment. The government reserves the right to award without discussions. 1.1 PRICING The Offeror shall submit price quotes for the required brand name or equal equipment, to the specifications listed in Section 1.2 below. Please enclose the established price list and description of capabilities and product specifications for the required equipment. The Offeror shall submit a separate price sheet for equal items to include Manufacturer Name, Stock/Part #, Unit of Issue and Price. Items offered that are brand name or equal shall identify items as being on GSA schedule and reference the contract number for each item. Note: The Offeror should include a description of any support services or warranty information in the technical quote. 1.2 REQUIRED PRODUCTS & SPECIFICATIONS The Forte Bio Octet Red384 system or equal equipment to maintain continuity of ongoing research. ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITPrice 0001Forte Bio Inc 30-5101 Octet1.00EA 0002Forte Bio Inc 30-0094 Accessory kit for Octet1.00KT 0003Forte Bio Inc 99-0041 Octet QK384 or RED3841.00EA 0004Forte Bio Inc 18-5016 Accessory/Biosensor2.00EA 0005Forte Bio Inc 30-6012 Onsite Training1.00EA 1.3 Product Capabilities & Salient Characteristics or equal "The automated High-Throughput Bio-Layer Interferometry system must be a fluidics-free, high-throughput protein interaction detection system capable of supporting the needs of multiple investigators. These include the ability to perform measures of protein concentration, binding kinetics including association constant (ka), dissociation constant (kd), and equilibrium dissociation constant (KD), protein titer determination, real-time monitoring of protein production, as well as kinetic characterization of protein-protein, protein-peptide, protein-lipid, and protein-small molecule interactions. "The system must enable high-throughput analyses of up to 16 samples in parallel, capable of direct measures on 96 or 384 well microplates, with determination of antibody concentration of 96 samples in less than 20 minutes. "The system requires the capability to determine binding affinity for protein-protein interactions using crude materials such as plasma, serum, and culture media. "The system must be capable of allowing studies on samples as small as 40 microliters, since the research samples used by the investigators are generally limited in volume. "Installation and on-site training of new users is required. The product capabilities and salient characteristics identified above by a "brand name or equal" description are intended to be descriptive, not restrictive, and to indicate the quality and characteristics of the product that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by the brand name) will be considered if such product is clearly identified in the quote and is determined by the VA to meet fully the salient characteristics on above products. If offering an equivalent product, the brand name of the equivalent product shall be clearly identified in the quote. Unless visibly identified as an equivalent product, offered items shall be considered as the brand name product referenced in this announcement. The evaluation of quotes and the determination as to the equality of the products shall be the responsibility of the Government and shall be based on information provided by the Offeror. The Government is not responsible for locating or securing any information not provided in the quotation by the Offeror. To ensure that sufficient information is available, the Offeror must furnish, as a part of the quote, all descriptive material necessary for the purchasing activity to determine whether the products meet the salient characteristics of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement shall include a clear description of the proposed modification and clearly mark any descriptive material to show the proposed modification. Offers that do not have descriptive material will not be considered for award. Instructions to the Offeror Basis for award resulting from this RFQ will made to the Best Value Offer that provides a complete package pursuant to the preparation requirements set forth in 52.212-1. FAR 52.212-2 (Evaluation- Commercial Items) will be incorporated in full text into the RFQ and will be evaluated on the following factors. Evaluations will be in accordance with FAR 13 Simplified procedures. Evaluation Factors for Award: Factor 1- Technical Capabilities All offerors must meet or exceed all requirements and salient features as listed in the Statement of Need. Factor 2- Past Performance Past Performance will be based on the most current PPIPRS report. Factor 3- Price The following FAR provision and clauses apply to this solicitation and are incorporated by reference. The solicitation document, incorporated provision and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-89, Effective July 2, 2015. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquistion.gov. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. FAR 52.212-1Instructions to Offerors-Commercial FAR 52.212-2Evaluation- Commercial Items FAR 52.212-3Offeror Representations and Certifications FAR 52.212-4Contract Terms and Conditions FAR 52.212-5Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Item "852.219-11Notice of total Veteran Owned Small Business Set-Aside "52.219-8 Utilization of Small Business Concerns (Oct 2014) "52.233-3Protest After Award (Aug 1996) FAR 52.211-6 Brand Name or Equal FAR 52.233-2Service of Protest Quotes shall be submitted via email to bridget.kornish@va.gov and Offerors must reference Solicitation# VA240-16-Q-0057 in the subject line of the email. No telephone request for information will be considered. Questions shall be received August 18, 2016 NLT Noon EST. Incomplete packages will be considered nonresponsive. All offers must be received by the closing date August 19, 2016 NLT Noon EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2e6e0a7b00eaf7ae3e95589583d91524)
- Document(s)
- Attachment
- File Name: VA240-16-Q-0057 VA240-16-Q-0057_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2946186&FileName=VA240-16-Q-0057-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2946186&FileName=VA240-16-Q-0057-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA240-16-Q-0057 VA240-16-Q-0057_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2946186&FileName=VA240-16-Q-0057-001.docx)
- Record
- SN04226237-W 20160818/160816235815-2e6e0a7b00eaf7ae3e95589583d91524 (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 |