Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 29, 2020 SAM #6909
SOLICITATION NOTICE

66 -- Copy of FISHER Scientific CRYOSTAR NX50 w/ ARCOS slide Mgmt system (VA-20-00083726) Last Updated 10/21 Type: Standard

Notice Date
10/27/2020 8:05:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24221Q0135
 
Response Due
11/4/2020 9:00:00 AM
 
Archive Date
11/06/2020
 
Point of Contact
Dayna.Dickson@va.gov, Dayna Dickson, Phone: 518-626-6649
 
E-Mail Address
dayna.dickson@va.gov
(dayna.dickson@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
TITLE: 54- NOTICE OF Combined synopsis/solicitation SOL: 36C24221Q0135 DUE: 11/04/2020 SET ASIDE: SDVOSB NAICS: 334516 POP STATE: Not specified AGENCY: Department of Veterans Affairs James J. Peters 130 W. Kingsbridge Road Bronx, NY 10468. POC: Dayna Dickson at dayna.dickson@va.gov 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; proposals are being requested and a written solicitation will not be issued. The solicitation number 36C24221Q0135 is issued as request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98. The NAICS Code for this requirement is 334516 Analytical Laboratory Instrument Manufacturing and the size standard is 1,000 employees. To be eligible for award vendors must be registered against NAICS Code 334516. Line items and quantities are as follows: -------------------------------------------------------------------------------- Cryostar NX50 with Arcos slide management system. Description Quantity Item Number Thermo Scientific TM Arcos 1 B84710001 Arcos SL tray pack for slides 1 A85310009 Arcos Cabinet Stackable 1 B84710008S Arcos SL Cabinet Empty 1 A85310010 Arcos SL Cabinet Base Single 1 A85310031 Slidemate AS on demand printing system plus two years of service support. 1 A83900005B Printmate AS 450 Cassette Printing system 1 A83800005 Cryostar NX50 Cryostat 1 957130 Arcos SL Slide Management System 1 A85300001 Arcos Tissue Block management system 1 B847000010 Fisher brand Iso temp general purpose series refrigerator/freeze 1 13991898 Hi Capacity section dryer 110V 1 A84600051 Hyperclean Truair 48 Standard 1 B1115481 Hyperclean Truair ductless fume hood base stand 1 B1010481 Refrigerator/Freezer 18.2CU 115V 1 18LCEETSA Equipment Manuals 1 User Manuals 1 Scope of work: Cryostar is essential for rapid diagnosis of patient tissue specimens while the patient is undergoing surgery. It must be available 24/7 for use. It is used to cut precise (4-5-micron thickness) frozen tissue sections which are placed on glass slides for examination by the Pathologist. Diagnosis of patient tissue specimens removed during surgery cannot be performed without the use of this equipment. To facilitate the rapid turnaround time critical for patient care, more than one unit is necessary. In adhering to the Mission Statement of the JJP VA, Bronx it is our duty to provide exceptional care to improve the overall health and well-being of our Veterans and the purchase of this equipment as a backup for the current one will accomplish this goal. P&LMS at Bronx, NY requires ONE new Cryostar as a replacement for the one damaged and non-functional beyond economical repair as documented on VA form 2105. The cryostar that we would like to replace was bought in almost 20 years ago. The new models have efficient UV or fumigant decontamination which does not require the equipment to be off for long periods of time. This is a safer, more efficient method which provides optimal infectious control for frozen sections. There are also new features which are aimed at providing a safer, cleaner unit which protects the operators from exposure to infectious agents. The current units are beginning to show some signs of wear and problems associated with daily use of 10+ year old equipment. This is an essential piece of equipment for patient care to provide diagnosis to patients under anesthesia during surgery. We are looking for the following characteristics: Must be fully motorized with precise control of thickness of tissue specimens being sectioned in a chamber which accommodates -20oC and lower temperatures. Must provide accurate temperature control and quick freezing to avoid stress to delicate tissues or creating artifacts which interfere with diagnosis. Must have ergonomic designs and all standard safety features, including decontamination (by UV, Ozone or Fumigant) Must be capable of end user height adjustment so that if desired the technician can operate the cryostat either sitting or standing for ergonomic posture and be handicap accessible. Must be able to remove debris with little to no exposure to the technician. Overall dimensions must not exceed parameters designed in the new lab. Must be durable and able to withstand daily use. Must be capable of using high profile, disposable microtome blades. High profile blades are preferred compared to the low-profile blades which have the tendency to shudder when challenged by a tough specimen. Objectives: The primary objective for procurement of one Cryostat with cold disinfection system and vacuum removal of debris. Defrosting the cryostat to disinfect takes long time to cool back to the required -20oC. The second objective would be acquiring a cryostat with user defined height adjustment capabilities for ergonomic purposes. This will enable the technician to use the cryostat by sitting or standing for ergonomic posture. The third objective would be to acquire a cryostat with High profile Blade as compared to the low-profile blades which have the tendency to shudder when challenged against a tough specimen. Requirements: Equipment to be delivered/assembled upon receipt to medical center. Training of staff, minimum one person, to be performed on site. Statement of warranty of equipment, minimum one year. Statement of service included or for purchase: preventive maintenance; service and repair. Equipment must have cold disinfection system. Equipment must have user defined height adjustment system. Cryostat must have a high-profile knife holder. Warranty: Minimum 1-year standard manufacture warranty. Shipping: FOB Destination, 30 days ARO. Recalls: The vendor shall immediately notify all affected VA Medical Centers and designated POC in the event of a device recall, removal, required adjustment, or required modification that is suggested or mandated by the vendor, distributor, manufacturer, or any regulatory or government agency. Place of Acceptance: Department of Veterans Affairs James J. Peters 130 W. Kingsbridge Road Bronx, NY 10468 Responses to this notice must be emailed at/before 11/04/2020 at 12:00pm EST at dayna.dickson@va.gov Contact for this solicitation is Dayna Dickson. Submitters are responsible for ensuring their EOI reaches the designated Contracting Officer on-time. The following clauses are applicable to the requirement: FAR 52.212-1, 52.212-4 and 52.212-5 are applicable. The following provisions are included as addenda to FAR 52.212-1: 52.212-3 Offeror Representations and Certifications-Commercial Item (NOV 2017) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.247-34 FOB Destination (Jan 1991) 52.204-7 System for Award Management (Oct 2016) 852.246-71 Inspection (Jan 2008) 852.246-70 Guarantee (Jan 2008) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.211-70 Service Data Manuals (Nov 1984) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set- Aside (JUL 2016) 852.232-72 Electronic Submission Of Payment Requests (NOV 2012) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items, applies to this acquisition. 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2014) 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) 52.225-1, Buy American-Supplies (MAY 2014) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) Full text of all clauses can be found at http://farsite.hill.af.mil/
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d9c0e8304d4945578803399de3a2fac6/view)
 
Place of Performance
Address: James J. Peters VA Medical Center 130 W. Kingsbridge Road Bronx, NY 10468 10468, USA
Zip Code: 10468
Country: USA
 
Record
SN05839170-F 20201029/201027230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.