DOCUMENT
66 -- Eppendorf Thermocyclers - Attachment
- Notice Date
- 11/2/2017
- 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
- 36C24E18Q0010
- Response Due
- 11/9/2017
- Archive Date
- 1/8/2018
- Point of Contact
- Ms. Millicent Covert
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This 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; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is 36C24E18Q0010. The government anticipates awarding a firm-fixed price contract resulting from this combined synopsis/solicitation. This solicitation is issued as a 100% set aside for Service Disabled 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) CONTRACT DESCRIPTION AND REQUIREMENTS The Minneapolis VA Medical Center has a requirement to purchase an Eppendorf Mastercycler X50a and two (2) Mastercycler X50l units for funded research study at the. meet the objectives in support of their ongoing research projects. A firm-fixed price contract will be awarded for the purchase of Brand Name only 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 Eppendorf equipment. The government reserves the right to award without discussions. 1.1 PRICING The Offeror shall submit price quotes for the required brand name only 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 Eppendorf Mastercycler X50a and two (2) Mastercycler X50l units: ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT 0001 Mastercycler x50a LOCAL STOCK NUMBER: 6313000018 1.00 EA 0002 Mastercycler x50l LOCAL STOCK NUMBER: 6303000010 2.00 EA 1.3 Product Capabilities & Salient Characteristics Research investigator will be utilizing the above named item in support of funded research studies: Thermocycler machines are used for the polymerase chain reaction (PCR) molecular biology technique. PCR detection of hundreds of Escherichia coli virulence traits enables to categorize the lethality and spread of the organisms found in clinical infections and fecal carriage. This constitutes approximately 2/3 of total research results output for 4 research laboratory technicians. Unique characteristics that limit availability to brand name only: Eppendorf has refined thermocycler technology to greatly reduce total testing times with increased gradient functionality for developing assays to forward our epidemiologic research. The patented SteadySlope gradient technology enables a true gradient function of gradual temperature change over time versus older dynamic technology that can only jump six times in a step by step manner. This would improve our results by greatly reducing troubleshooting times. Eppendorf thermocyclers can perform simultaneous horizontal and vertical differentials so there would be up to 96 different programmable temperature vs time variations for the 96-well template as opposed to only 8 horizontal settings available from other top thermocycler manufacturers. This would greatly increase productivity in our research laboratory. Eppendorf thermocyclers have Flexlid which applies a consistently automatic pressure to the 96-well or other tube reaction vessels as opposed to the manual lid which is hand tightened with variable results from run to run. Consistent pressure from the heated lid prevents reagents from condensing on the sealing film to keep an even fluid concentration within each reaction well. Eppendorf block temperature accuracy over the 96-well template is +/- 0.15oC with consistent ramp rates as opposed to other manufacturers at +/- 0.2 to 0.25oC with more variable ramp times between steps. This enhances reproducibility and reduces non-programmed variations. The Eppendorf set of one Mastercycler unit along with 2 slave cycler units will enable mass production programming of all 3 on one control touch screen with the option of programming each unit singly from the same touch screen. 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 52.212-1 Instructions to Offerors Commercial FAR 52.212-2 Evaluation- Commercial Items FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-4 Contract Terms and Conditions FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Item FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-8 Utilization of Small Business Concerns (Oct 2014) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.211-6 Brand Name or Equal FAR 52.233-2 Service of Protest Quotes shall be submitted via email to millicent.covert@va.gov and Offerors must reference Solicitation # 36C24E18Q0010 in the subject line of the email. No telephone request for information will be considered. Incomplete packages will be considered nonresponsive. All offers must be received by 12 Noon EST, Thursday, November 9, 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0586637b2cfc52b2f83edc03ab092f28)
- Document(s)
- Attachment
- File Name: 36C24E18Q0010 36C24E18Q0010_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3887338&FileName=36C24E18Q0010-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3887338&FileName=36C24E18Q0010-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24E18Q0010 36C24E18Q0010_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3887338&FileName=36C24E18Q0010-001.docx)
- Record
- SN04730113-W 20171104/171102231400-0586637b2cfc52b2f83edc03ab092f28 (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 |