Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2018 FBO #5942
DOCUMENT

66 -- Slide Reader - Attachment

Notice Date
2/27/2018
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1515 Poydras Street;New Orleans LA 70112
 
ZIP Code
70112
 
Solicitation Number
36C25618Q9215
 
Response Due
3/2/2018
 
Archive Date
5/31/2018
 
Point of Contact
Department of Veterans Affairs
 
E-Mail Address
k
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Research Lab 39 Equipment, Slide Reader Southeast Louisiana Veterans Health Care System New Orleans, LA 1. Department of Veterans Affairs Southeast Louisiana Veterans Healthcare System (SLVHCS) is seeking a Service Disabled Veteran Owned Small Business to install, provide training, and deliver a Slide Reader to the SLVHCS. This acquisition is Set Aside 100% Service Disable Veteran Owned Small Business. INSTRUCTIONS TO SOURCES This is a Sources Sought Notice and is not a Request for Quote (RFQ). No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any information provided to the Government as a result of this Sources Sought Notice is voluntary. To reiterate, this is a Sources Sought Notice that is for planning purposes only and is intended to identify Service Disable Veteran Own Small Business who can support this requirement. INSTRUCTIONS to SOURCES FOR SUBMISSIONS Interested contractors shall submit a response to Debra James via email at debra.james3@va.gov. Responses are due no later than 3/2/2018 12:00pm Central Standard Time. Within your email please provide your capabilities statement and indicate if you can provide all items listed and instructions within this document along with delivery, installation, training, manufacturer s warranty, and deliverables. Statement of Work Research Lab 39 Equipment Southeast Louisiana Veterans Health Care System Research Service 11F New Orleans, LA 2/20/2018 1. PURPOSE 1.1 The overall purpose is to provide and configure equipment for the Veterinary Medical Unit at Southeast Louisiana Veterans Health Care System (SLVHCS) Research Building, P, 2400 Canal St, New Orleans, LA 70119.This equipment is requested to fulfill the Research mission. 2. SCOPE 2.1 The Contractor shall provide, transport, install, and configure all listed equipment. All products must meet all salient characteristics defined in this section. 2.2 All equipment and installation must meet manufacturers and VA specifications. 2.3 The Contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation of the supplies and equipment. 2.4 The Contractor is responsible for any missing parts and components not included to carry out the installation. 2.5 SALIENT CHARACTERISTICS: BRAND NAME OR EQUAL ITEMS: THE BRAND NAME NOTED IN THIS SOLICITATION IS INTENDED TO BE DESCRIPTIVE AND NOT RESTRICTIVE. IF YOU PLAN TO PROVIDE OTHER THAN THE BRAND NAME ITEMS (I.E. OR EQUIVALENT/BRAND NAME OR EQUAL/ALTERNATE/SUBSTITUTE ITEMS) CITED IN THE PURCHASE DESCRIPTION, PROVIDE IN YOUR RESPONSE THE BRAND NAME AND THE CATALOG OR PART NUMBER YOU INTEND TO FURNISH AND THE SALIENT CHARACTERISTICS FOR EACH OF THE EQUIVALENT/BRAND NAME ITEMS. YOU MUST ALSO PROVIDE DOCUMENTS, SPEC SHEETS OR OTHER INFORMATION WHICH CLEARLY DESCRIBE THE ITEM(S) SO THAT IT/THEY CAN BE EVALUATED BY THE END USER. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN YOUR OFFER NOT BEING ACCEPTED OR CONSIDERED FOR A POTENTIAL CONTRACTUAL AWARD. 2.5.1 Slide Reader, 1 each, configured in Research building rooms: TBD Suggested Manufacturer Brand Name/ Model: ZEISS, Axio Scan.Z1 w/ 12 Slide Loader f/ BF/FL, Or Equivalent Approximate values: Specifications/Salient Characteristics: digitize specimens to create high quality virtual slides. Digitize up to nine parallel fluorescence channels Include minimum of three synchronized high-speed filter wheels for excitation, color separation and emission can change channel in under a second Provide sensitive cameras, highly corrected optics and light sources for exceptional image quality to create virtual slides and short exposure times Capable to switch excitation wavelengths in milliseconds to a second Automatic calibration, from geometric to color calibration, Modular tray concept with capacity to digitize samples of no less than 26 mm x 76 mm and up to 52 mm x 76 mm Automatically store metadata with virtual slides, allowing to retrieve a record of all virtual microscopy operations 2.7 DELIVERY AND INSTALLATION 2.7.1 DELIVERY 2.7.1.1 Contractor shall deliver all equipment to the Southeast Louisiana Veterans Health Care System (SLVHCS), Research Building, P, 2400 Canal St, New Orleans, LA 70119 beginning on May 15, 2018. 2.7.1.2 Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. 2.7.1.3 Package to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary. 2.7.1.4 Deliver specified items only when the site is ready for installation work to proceed. 2.7.1.5 Store products in dry condition inside enclosed facilities. 2.7.1.6 Any government requested delayed delivery up to 90 days after initial award delivery date, shall be at no additional cost to the Government. 2.7.1.7 A pre-delivery meeting will be conducted 60 days prior to initial award delivery date for verification of delivery and installation dates. 2.7.1.8 Delivery and Installation will be coordinated through the COR. 2.7.2 CONFIGURATION 2.7.2.1 All equipment shall be floor mounted by contractor upon delivery unless otherwise noted above. 2.7.2.2 Install/Configure all equipment to manufacturer s specifications maintaining Federal, and Local safety standards 2.7.2.3 Installation/Configuration must be completed by June 30, 2018. All work shall be completed between 8:00 a.m. and 4:30 p.m. Monday Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site. 2.7.2.4 If there is an operational conflict with installation, night or weekend installation may be required. Government will provide a 72 hours' notice of change of installation hours. 2.7.2.5 The contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements with the COR. 2.7.2.6 The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and installation of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. 2.8 SITE CONDITIONS 2.8.1 There shall be no smoking, eating, or drinking inside the hospital at any time. 3. INSPECTION AND ACCEPTANCE: 3.1 The Contractor shall conduct a joint inspection with the COR upon delivery of equipment. 3.2 Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). 3.3 The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. 4. DELIVERABLES 4.1 Operation and Maintenance Manuals 4.1.1 Binders - Quantity (1) set for each line item 4.1.2 Digital Copies- Quantity (1) set for each line item 4.2 Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to COR upon completion of installation. 5. OPERATOR TRAINING: 5.1 Contractor shall provide On-site training of the equipment to the Users. Scheduling of operator training shall be coordinated with the SLVHCS COR after installation is complete. 6. PROTECTION OF PROPERTY 6.1 Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. 6.2 The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To ensure that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. 6.3 The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. 6.4 Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. 7. WARRANTY 8.1 The contractor shall provide a minimum one-year manufacturer s warranty on all parts and labor. This warranty will begin upon opening of the SLVHCS Research building. 8.2 The warranty shall include all travel and shipping costs associated with any warranty repair. 8. SECURITY REQUIREMENTS 8.1 The Authorization & Accreditation (A&A) requirements do not apply and a Security Accreditation Package is not required. See Attachment 1 for Security Requirements. 8.2 In accordance with Handbook 6500.6 Contract Security (March 12, 2010) include this contract security language into the Statement of Work (SOW) immediately following the security clause section: "A&A requirements do not apply--Security Accreditation Package is not required". 1. GENERAL Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/36C25618Q9215/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25618Q9215 36C25618Q9215.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4111717&FileName=36C25618Q9215-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4111717&FileName=36C25618Q9215-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Southeast Louisiana Veterans HCS;2400 Canal Street;New Orleans, Louisiana
Zip Code: 70119
 
Record
SN04836770-W 20180301/180227231753-492ba83ef3ef57ac8ac912cdce94a920 (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.