SOLICITATION NOTICE
66 -- Real Time PCR System
- Notice Date
- 9/17/2022 7:30:06 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- RPO EAST (36C24E) PITTSBURGH PA 15212 USA
- ZIP Code
- 15212
- Solicitation Number
- 36C24E22Q0310
- Response Due
- 9/20/2022 12:00:00 PM
- Archive Date
- 09/27/2022
- Point of Contact
- Shannon Hukriede, Contract Specialist, Phone: (412) 822-3297
- E-Mail Address
-
shannon.hukriede@va.gov
(shannon.hukriede@va.gov)
- Awardee
- null
- 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 36C24E22Q0310. The government anticipates awarding a firm-fixed price contract resulting from this combined synopsis/solicitation. This solicitation is issued as Full and Open Competition. 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 Harry S. Truman VAMC has a requirement to purchase an Applied Biosystems 7500 Fast Real-Time PCR System for the Research Department. A firm-fixed price contract will be awarded for the purchase of brand name 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 Applied Biosystems equipment. The government reserves the right to award without discussions. 1.1 PRICING The Offeror shall submit price quotes for the required brand name or equal 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 Applied Biosystems 7500 Fast Real-Time PCR System ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA _____________ ______________ Applied Biosystems 7500 Fast Real-Time PCR System, laptop, and Supplies 0002 1.00 EA ____________ _______________ TF 7500 Fast SDS 0003 1.00 EA ____________ _______________ Install Kit Fast 7500 Chemical 0004 1.00 EA ____________ _______________ Real-Time PCR APPL Training 0005 Shipping & Handing 1.00 EA ____________ _______________ GRAND TOTAL _______________ 1.3 Product Capabilities & Salient Characteristics or equal Equipment shall have the following characteristics: It must be able to amplify the samples to an end point by conventional thermal cycler. Must be compatible with various reagents including fluorescent dyes (FAM, HEX, ROX). Provide amplification plot and melting curve analysis post-run. Ability to Multiplex serval PCR reactions Optimal linear temperature slope by VeriFlex block technology 0.2uL and 0.1uL PCR tube capacity for 96-well block Includes the following equipment: -Fast 96 well RNASE plate -96-well fast thermal cycling microplates -Optical adhesive covers -Fast 96 well hardshell plate clear -Minimum PC specifications in conjunction RT-PCR equipment: Windows 7 Pro 64-bit 4GB RAM Additionally, the vendor shall provide: Initial on-site unpacking, installation, and set-up of the machine. Certification of the install after installation. The product capabilities and salient characteristics identified above by a brand name or equal"" description are intended to be descriptive, not restrictive, and to indicate the quality and characteristics of the product that will be satisfactory. Quotes offering ""equal"" products (including products of the brand name manufacturer other than the one described by the brand name) will be considered if such product is clearly identified in the quote and is determined by the VA to meet fully the salient characteristics on above products. If offering an equivalent product, the brand name of the equivalent product shall be clearly identified in the quote. Unless visibly identified as an equivalent product, offered items shall be considered as the brand name product referenced in this announcement. 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) 2022-06, Effective May 26, 2022. 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 shannon.hukriede@va.gov and Offerors must reference Solicitation 36C24E22Q0310 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 the closing date Tuesday, September 20, 2022, NLT 3:00 PM EDT.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/44333997dbb74a0e93c6e79834607f9e/view)
- Place of Performance
- Address: Harry S. Truman VAMC 800 Hospital Drive, Columbia 65201-5275
- Zip Code: 65201-5275
- Zip Code: 65201-5275
- Record
- SN06469444-F 20220919/220917230120 (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 |