DOCUMENT
65 -- Advanced Imaging System Please See Attached. - Attachment
- Notice Date
- 7/27/2017
- Notice Type
- Attachment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- VA26217N1540
- Response Due
- 7/31/2017
- Archive Date
- 8/30/2017
- Point of Contact
- CONTRACT SPECIALIST:
- Small Business Set-Aside
- N/A
- Description
- THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). 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. IAW FAR 15.201(e), 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. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of these sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334516 (1,000 Employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses to a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide an Advanced Imaging System for Infrared (IR) and Visible Fluorescent Westerns, Chemiluminescent Westerns, Visible Fluorescent Protein Arrays, DNA, and Protein gel imaging. The following salient characteristics must be met with a brand name or equal product for the VA San Diego Healthcare System: A. Must have two sets of infrared, solid state laser diodes emitting at 660nm +/-3nm, and 785nm +/-3nm respectively for excitation and detection of IR dyes. B. The imaging system must have capabilities for chemiluminescence, IR excited, and Fluorescence excited protein arrays detection. C. Fluorescent dyes must range between (710-730nm) to (815-830nm) ranges for the 700 and 800 channels respectively to obtain a high signal-to-noise ratio. No detection threshold below 700nm will be accepted. D. The imaging system must have a minimum of three USB ports to attach various devices like networks, printers, and USB memory sticks. E. The imaging systems software must be able to image and display single or multichannel images. F. The transilluminator must be controlled by onboard image capture software and must automatically turn off after each image capture. G. The imaging system must have an additional 3 sets of LEDs for excitation of dyes in blue (457nm), green (530nm), and red (628nm) spectrum of visible fluorescence for multiplex imaging of dyes. Brand name Info: Azure C600 Imaging System: Product # 10147-214 The information identified above is intended to be descriptive, not restrictive and 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. If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) 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.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) 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) 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? (6) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (7) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (8) Please provide general pricing of your products/solution for market research purposes. (9) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? (10) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (11) Please provide your DUNS number. *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all the salient characteristics. Responses to this notice shall be submitted via email to carol.evans3@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Aug 1, 2017 at 12:00 pm EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26217N1540/listing.html)
- Document(s)
- Attachment
- File Name: VA262-17-N-1540 VA262-17-N-1540_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3691980&FileName=VA262-17-N-1540-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3691980&FileName=VA262-17-N-1540-000.docx
- File Name: VA262-17-N-1540 664-17-3-7143-0917 ADVANCED IMAGING SYSTEM RFI pdf.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3691981&FileName=VA262-17-N-1540-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3691981&FileName=VA262-17-N-1540-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA262-17-N-1540 VA262-17-N-1540_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3691980&FileName=VA262-17-N-1540-000.docx)
- Record
- SN04600421-W 20170729/170727231954-5567a406fa1bb8934c2b66ef0aff0c67 (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 |