Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2018 FBO #6145
DOCUMENT

66 -- Tissue Processor - Attachment

Notice Date
9/18/2018
 
Notice Type
Attachment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;1010 Delafield Road
 
Solicitation Number
36C24418Q9784
 
Response Due
9/21/2018
 
Archive Date
10/21/2018
 
Point of Contact
Lakeisiha.Davenport@va.gov
 
E-Mail Address
Lakeisiha.Davenport@va.gov
(Lakeisiha.Davenport@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
(i) This is a combined synopsis/solicitation for TISSUE PROCESSOR, BRAND NAME OR EQUAL, as 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. A firm-fixed price purchase order is anticipated. (ii) The solicitation number is 36C24418Q9784 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective 16 Jul 2018 (iv) This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS code 541380 has a small business size standard of 1000. (v) Contract Line Items (CLIN): ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ Pathos Delta Complete Package - 41102909 LOCAL STOCK NUMBER: 66016/CLC 0002 1.00 EA __________________ __________________ POWERVAR UPS BACKUP LOCAL STOCK NUMBER: 52061-01GR 0003 1.00 EA __________________ __________________ POWERVAR 115V 20 - 30 amp Line Conditioner LOCAL STOCK NUMBER: 61240-52R GRAND TOTAL (vi) BRAND NAME OR EQUAL PRODUCTS In accordance with VAAR 811.104-71 (b), based on the inclusion of FAR 52.211-6, Brand Name or Equal (AUG 1999) and VAAR 852.211-73, Brand Name or Equal (JAN 2008), offerors proposing to furnish an equal product other than referenced in the solicitation, shall insert the following description for each equal product (See also VAAR 852.211-73 (c)(1) and (c)(2). Manufacturers Name: ____________________________________________________________________________. Brand: _______________________________________________________________________ Model No.:____________________________________________________________________ Comparable products must be brand name or equal containing the following salient features: Salient Characteristics The equipment must have the ability to process tissue sections by both conventional and rapid microwave methods. The equipment must have the capability to use a delayed start option for overnight processing. The system shall be fully automated progressing from microwave processing to wax infiltration without requiring operator cleaning between these two phases. The system will have the capacity to process up to 300 tissue cassettes at one time. The system shall be an open system capable of accepting any manufacturer s reagent and wax. The system must have the ability to adequately process tissue specimens up to 10mm thickness. The equipment software shall allow users the capability to program and save multiple processing protocols. The software shall provide a historical record of any events carried out for quality assurance purposes. Equipment footprint shall not exceed 3ft x 3ft x 6ft (WxDxH) INSTALLATION AND VALIDATION 1) Vendor shall unpack and install equipment. This installation will be comprehensive to allow immediate use upon completion. 2) Vendor shall indicate reagent type and reagent quantity required for installation and to bring equipment to operational status. This shall be done by direct contact with the Erie VAMC laboratory staff at least two weeks before scheduled installation. 3) Vendor shall provide validation that equipment is in proper working order which will be confirmed and accepted by the Medical Director of P&LM. TRAINING 1) The vendor shall provide comprehensive, on-site training for all users within 60 days of installation/setup. 2) The vendor shall provide advanced training options that will enable users to independently perform minor repairs within 60 days of installation/setup. SERVICE AND MAINTENANCE 1) Instrument support service shall provide assistance with troubleshooting and repair of the analyzers. On-site service shall be available Monday through Friday during regular business hours (8am-5pm). 2) The vendor shall provide a service hotline with technical support. 3) The vendor shall provide a preventative maintenance schedule and any required service level preventative maintenance will be provided through the duration of the warranty period. Vendor shall identify/define all daily, weekly, monthly, and/or as needed maintenance and the time required to perform each maintenance task. Vendor shall indicate which tasks can be completed by the end-user and which must be completed by the vendor or manufacturer. 4) The vendor shall supply engineering controls if necessary for any fume, heat, humidity, or noise issues that may result from use of the proposed system. 5) Vendor shall provide all applicable software and hardware upgrades to the equipment hardware and operating systems, without additional charge to the Government (e.g. upgrades that correct or improve either the mechanical operations or software of the system and would keep the instrument performing optimally) throughout Government ownership of equipment. OTHER 1) Request for instrumentation upgrades or replacement due to workload increase, excessive instrumentation failures/malfunctions, breakdowns, or service calls shall be evaluated as needed/annually by the laboratory with communication to the vendor for modification of the contract. A high incidence of such problems with any equipment/analyzer supplied may indicate probable non-compliance with the terms of this contract and will entitle the facility/clinic to its replacement with another analyzer(s) that can produce the required criteria satisfactorily to the user. 2) This contract should assist the Erie VAMC to pursue the goal of being a good steward in our community by eliminating, minimizing or mitigating adverse environmental impacts. Delivery: 30 Days ARO to: Erie VA Medical Center 135 E. 38th Street Erie, PA 16504 (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: CLAUSES: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) 852.211-73 Brand Name or Equal. (JAN 2008) 852-219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set- Aside (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.   No remanufactures or gray market items will be acceptable.   (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.   All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.   Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to  replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.   (d) Quotes shall be sent electronically via e-mail. All quotes shall include one (1) separate copy of each of the items listed below. Submission of a quote that does not contain all items requested below may result in elimination from consideration of award. Offerors must submit each item of quote in a separate electronic attachment clearly identified as described below. Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of each quote. *Offerors must use the CLINs specified in the Schedule of Supplies/Services. It is not permissible for offerors to use offeror created CLINs or SUBCLINs. Completed certifications and representations located at FAR 52.212-3, or an indication that said certifications and representations are current and located in the SAM database. Signed Certifications that may be included as Addenda to FAR 52.212-1. (ix) Evaluation of this requirement will be based on PRICE ONLY. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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. Also, the full text of a clause may be accessed electronically at this/these addresses: http://farsite.hill.af.mil https://acquisition.gov/far (End of Clause) 852.203-70 Commercial Advertising (JAN 2008) 852.246-71 Inspection (Jan 2008) (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (xiii) Additional conditions: All responses must include verification that each specification outlined in Section (vi) is met. All interested parties shall be registered, active and verified with the following sites to be considered for award. SAM: http://www.sam.gov VETBIZ https://www.vip.vetbiz.gov/Public/Search/Default.aspx (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) All quotes must be emailed to Lakeisiha.Davenport@va.gov. Quotes must be received no later than Friday September 21, 2018 at 3:00pm EST. Questions may be sent via email to Lakeisiha.Davenport@va.gov NLT Monday September, 20, 2018 12:00 pm EST. Quote may be submitted on this document or the vendor s own form. When submitting a quote using this document, please include: Business Name, address and point of contact (POC) must be shown.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24418Q9784/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24418Q9784 36C24418Q9784_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4597155&FileName=36C24418Q9784-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4597155&FileName=36C24418Q9784-000.docx

 
File Name: 36C24418Q9784 SOW.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4597156&FileName=36C24418Q9784-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4597156&FileName=36C24418Q9784-001.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: Erie VAMC
Zip Code: 16504
 
Record
SN05094671-W 20180920/180918231240-5d5152a2a33dfd2148eb219fcfaa5bec (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.