SOURCES SOUGHT
66 -- Olympus BX46 Microscope and DP28 Digital Microscope Camera (Delivery for VA Wilkes-Barre) This is Brand Name Only. This is not a request for quote.
- Notice Date
- 10/18/2022 9:55:40 AM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24423Q0053
- Response Due
- 10/25/2022 1:30:00 PM
- Archive Date
- 01/23/2023
- Point of Contact
- Allan Tabliago, Contract Specialist, Phone: 215-823-5800
- E-Mail Address
-
allan.tabliago@va.gov
(allan.tabliago@va.gov)
- Awardee
- null
- Description
- THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. This Sources Sought Notice is for market research purposes only and shall not be considered an Invitation for Bids, Request for Quotations, or a Request for Proposal. Do not submit a proposal or quote. This market research is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this sources sought notice. You will not be entitled to payment for direct or indirect costs that you incur in responding to this Sources Sought Notice. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. Interested parties are responsible for adequately marking proprietary, restricted, or competition sensitive information contained in their response. No solicitation exists. Therefore, do not request a copy of a solicitation. See instructions on page 10. Olympus BX46 Microscope and DP28 Digital Microscope Camera (Brand Name Only) INTRODUCTION/BACKGROUND: The DP28 digital microscope camera combines powerful features, precise color accuracy, and 4K resolution across a wide field of view to provide stunning images for conferencing, teaching, and clinical research. With smart features, the camera eases and accelerates your microscopy tasks while delivering high image quality. This will be used in diagnosing patient specimens for cancer or benign diagnosis and transmitting images for Pathologist peer reviews. OBJECTIVE: The Department of Veterans Affairs, VISN 04, 562 Wilkes-Barre VA Medical Center Wilkes-Barre, PA hereby referred to as the VA Wilkes-Barre, is requesting the Brand Name only acquisition of the following: See Paragraph 3.8. Table 1 for requirement MAJOR REQUIREMENTS: Olympus BX46 Microscope: The microscope required is for an Olympus BX46 Ergonomic Pathology Imaging System. The BX46 microscope is engineered to help maintain ideal, ergonomic posture while working. The design enables you to keep your back and neck upright, allowing the spinal column to assume its natural curvature. The ultra-low stage also allows for you to maintain an ergonomic, 90-degree elbow angle. It has easy, ergonomic manual stage movement. The low-position handles and low-torque stage make it easy to move the specimen with a simple finger tap so you can keep your arms and hands resting in a comfortable position. Digital Camera DP 28 Connecting to Microscope: The images on the computer screen must look exactly as they appear through the microscope s eyepieces. CCD (Charge Coupled Device) is required. CCD is an acronym for. In simple terms, a CCD is a semiconductor chip with light-sensitive areas used as a sensor in digital cameras. CCD sensors work by capturing light and converting it into an electrical charge, which provides the digital pixel data that forms an image. Historically, CCD sensors were the best choice for scientific applications. CMOS sensor is required. CMOS stands for complementary metal-oxide semiconductor and is the successor to CCD technology. The first and most important difference between CMOS and CCD is the readout architecture of the signal electron. The multi-readout amplifier for an individual phot-sensing diode, CMOS has a significantly faster readout speed than CCD. CMOS provides a lower signal-to-noise ratio compared to CCD. CMOS has less distortion caused by rolling shutter. HP Imaging PC for the Microscopy: This workstation must be compatible to connect to the BX46 microscope and the DP28 camera to interface the images captured by both pieces of equipment. The computer must be windows 10 to meet the VHA directive for all medical equipment. The order will be for an HP Z2G5 Workstation PC with 27 4K Monitor to include the following: HP Z2G5 small form factor workstation w/ i7-10700 processor HP RCTO Z2 SFF G4 WKS Single Unit (Small Form Factor) HP WKS Packaging HP Z2 E SFF G5 GOL (EPA90) 450 W RCTO Chassis OS Localization US Windows 10 Pro 64 Operating System Load to M.2 Intel Core 17 10700 2.9 GHz 2933MHz 16MHz 16M 8C 65W CPU 32 GB (2x 16GB) DDR4 3200 UDIMM NECC NVIDIA Quadro P620 2GB LP 4mSP FFX Z Turo Drive 256GB 2280 TLC Solid State Drive 1TB 7200RPM SATA 3.5in Enterprise HP USB 320K Keyboard US HP Wired 320M Mouse 9.5mm DVD-Writer 1st ODD HP Remote Graphics Software (RGS) for Z 3/3/3 (material/labor/onsite) Warranty US HP Internal Serial Port/ PS/2Ports HP miniDP-to-DP Adapter HP Z2 SFF G5 Country Kit US Z2 RF SATA Cable-ST-RA1 HP Standard Asset Tagging Service Placeholder Std Asset Tag 1 HP Z27K G3, 4k 27-Inch Monitor Salient Characteristics for the Olympus BX46 Microscope: Ergonomic design for fast, efficient cytologic and pathologic observation Outstanding brightfield clarity for screening Ergonomic design and energy-efficient LED illumination to help reduce eyestrain and fatigue during extended use. The UPLFLN objectives provide flat images with high transmission up to the near-infrared region of the spectrum. With their high signal-to-noise ratio, excellent resolution, and high contrast imaging, they are especially effective in brightfield observation. High contrast phase imaging that allows close observation of the cell interior and of live bacteria especially helpful in Pathology Brightfield and simple polarized light observation The light intensity manager sets brightness settings according to the specific objective so uniform brightness is achieved from low to high magnifications, eliminating light intensity adjustments. Supports high-volume cytology and pathology workflows Has a UIS2 optical system featuring infinity correction Has a fixed low stage nosepiece focus 15 mm focus stroke with coarse adjustment limit stop Torque adjustment for coarse adjustment knobs and tension adjustment on the coarse focus adjustment knob The stage is ceramic-coated coaxial stage with both left or right-hand low drive control, rotating mechanism and torque adjustment mechanism High sensitivity fine focusing knob with adjustment gradations of 1µm It has a built-in Koehler illumination for transmitted light and a light intensity manager switch Has a High color reproductivity LED light source Has a fixed reversed coded quintuple nosepiece The observation tube has a widefield tilting trinocular head It has a 5-position revolving nosepiece with an information readout function. The revolving nosepiece movement is by roller guide (rack & pinion) The Microscope will be ordered with the following: BX46F-1-3; Microscope Frame with 5-Position Nosepiece UPLFLN4X-2; U Plan Fluorite 4XZ Objective, NA 0.13, WD 17MM UPLFLN10X2-2; U Plan Fluorite 10X Objective, NA 0.3, WD 10MM UPLFLN40X-2; U Plan Fluorite 40X Objective, NA 0.75, WD 0.51 MM UPLFLN 100XO2-2; U Plan Fluorite 100X Oil Objective, NA 1.30, WD 0.20MM PLAPON2X; Plan APO 2X Objective, NA 0.08, WD 6.2 MM U-LHLEDC-1-2; Transmitted White LED for BX46 UYCP-11; US Style 3-Prong Power Cord LOGO CLOTH DUSTCOVER 11X25X26, ANTI-STATIC BX, IX U-SVRC-CY; Low torque Mechanical, wire stage for BX46 U-HLS-4; Left Release single slide holder, thin U-TTR-2; Tilting Trinoc Head 50:50, 200:0,0:100% Positions Eyepiece for BX, 10X Focusing w/ = 24 mm t= 1.5 mm Retical Shelf, FN22 U-EPA2: Eyepoint Adjuster, BX2, raises eyepoint 30MM BX45-PO; Polarizer for BX46 filter slot U-ANT; Analyzer for Transmitted Light, Fits in Nosepiece slider Salient Characteristics for the Olympus DP28 Camera 8.9-Megapixel CMOS sensor, global shutter, and 4K resolution at 32 frames per second (fps) Smooth live images with no distortion 64 fps full HD live images Good color reproduction and color balance on the computer monitor Dedicated ICC profiles showing samples in their natural colors Common life science dyes look the way they should Images that are sharp, flat, and in focus from the center-periphery 4k resolution across a wide field of view to provide stunning images for conferencing The camera will be ordered with the following DP28 1 8.9MP color CMOS, 3.45um, 32 fps, incl. USPB 3.1 cable (2.9m) CellSens Entry Version 4.1 U-TV1X-2.7; CCD Cameras Adapter, 1X, Req Camera Mount, BX HP Imaging PC for the Microscopy: This workstation must be compatible to connect to the BX46 microscope and the DP28 camera to interface the images captured by both pieces of equipment. The computer must be windows 10 to meet the VHA directive for all medical equipment. The order will be for an HP Z2G5 Workstation PC with 27 4K Monitor to include the following: HPZ2G5 small form factor workstation w/ i7-10700 processor. Consisting of the following: HP RCTO Z2 SFF G4 WKS Single Unit (Small Form Factor) HP WKS Packaging HP Z2 E SFF G5 GOL (EPA90) 450 W RCTO Chassis OS Localization US Windows 10 Pro 64 Operating System Load to M.2 Intel Core 17 10700 2.9 GHz 2933MHz 16MHz 16M 8C 65W CPU 32 GB (2x 16GB) DDR4 3200 UDIMM NECC NVIDIA Quadro P620 2GB LP 4mSP FFX Z Turo Drive 256GB 2280 TLC Solid State Drive 1TB 7200RPM SATA 3.5in Enterprise HP USB 320K Keyboard US HP Wired 320M Mouse 9.5mm DVD-Writer 1st ODD HP Remote Graphics Software (RGS) for Z 3/3/3 (material/labor/onsite) Warranty US HP Internal Serial Port/ PS/2Ports HP miniDP-to-DP Adapter HP Z2 SFF G5 Country Kit US Z2 RF SATA Cable-ST-RA1 HP Standard Asset Tagging Service Placeholder Std Asset Tag 1 HP Z27K G3, 4k 27-Inch Monitor Table 1 Item No. Part No. Description Qty 0001 BX46F3 BX46F-1-3; Microscope Frame with 5-Position Nosepiece 2 0002 1-U2B5222 UPLFLN4X-2; U Plan Fluorite 4XZ Objective, NA 0.13, WD 17MM 2 0003 1-U2B5242 UPLFLN10X2-2; U Plan Fluorite 10X Objective, NA 0.3, WD 10MM 2 0004 1-U2B5272 UPLFLN40X-2; U Plan Fluorite 40X Objective, , NA 0.75, WD 0.51 MM 2 0005 1-U2B53522 UPLFLN 100XO2-2; U Plan Fluorite 100X Oil Objective, NA 1.30, WD 0.20MM 2 0006 1-U2B921 PLAPON2X; Plan APO 2X Objective, NA 0.08, WD 6.2 MM 2 0007 5-UL3152 U-LHLEDC-1-2; Transmitted White LED for BX46 2 0008 UYCP-11 UYCP-11; US Style 3-Prong Power Cord 2 0009 OMT-010 LOGO CLOTH DUSTCOVER 11X25X26, ANTI-STATIC BX, IX 2 0010 4-U1323 U-SVRC-CY; Low torque Mechanical, wire stage for BX46 2 0011 4-U145 U-HLS-4; Left Release single slide holder, thin 2 0012 3-U330 U-TTR-2; Tilting Trinoc Head 50:50, 200:0,0:100% Positions 2 0013 WHN10X-H-1-8 Eyepiece for BX/IX, 10X Focusing w/ = 24 mm t= 1.5 mm Retical Shelf, FN22 Camera 4 0014 DP28-CU DP28 1 8.9MP color CMOS, 3.45um, 32 fps, incl. USPB 3.1 cable (2.9m) 2 0015 CS-EN-V4.1 CellSens Entry Version 4.1 2 0016 U-V1127 U-TV1X-2.7; CCD Cameras Adapter, 1X, Req Camera Mount, BX/IX 2 0017 U-V3127 U-CMAD3-1-7 C-Mount Camera Adapter for BX/IX2 2 0018 U-IT101 U-EPA2 Eyepoint Adjuster BX2 Raises Eyepoint 30MM 2 0019 U-P500 BX45-PO Polarizer for BX45 Filter Slot 2 0020 U-P115 U-ANT Analyzer for Transmitted Light, fits in Nosepi Slider 2 0021 HP-Z2G5-I7-SFF HP Z2G5 Small Form Factor Workstation W/I7-10700 Processor 2 0022 HP-Z274K-G3 HP Z27K G3, 4K 27-Inch Monitor 2 The Government and the Contractor understand and agree that the services to be delivered under this contract by the Contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the Contractor s employees. POINT OF CONTACT (POC): The identified POC and technical representative for this acquisition is: Name: Sharon Ford Phone Number: 570-824-3521x27535 Email: sharon.ford@va.gov ""No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The COR shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification."" REPORTS/DELIVERABLES: Delivery confirmation of equipment and commodities will be made through the Logistics Department of the VAMC Wilkes-Barre (693). This will include documentation of receipt and assignment of a facility based EE number for identification and tracking purposes. Delivery confirmation of non-equipment/ commodities acquisitions is the responsibility of the receiving Facility and/ or Service. REQUEST FOR INFORMATION INSTRUCTIONS: The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, UEI Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 334516 (size standard of 1000 employees). Please answer the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If not, can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees; Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; Obtained an individual or class waiver? If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your UEI number. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to allan.tabliago@va.gov no later than Tuesday, October 25, 2022 at 16:30 PM Eastern Time (ET). This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Specialist, Allan Tabliago. Questions or responses will include the Source Sought number in the subject line. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. Any interested business concern must submit a no longer that 10-page capability statement addressing its ability to meet the requirements listed above to Capability Statement shall include a statement regarding how the business concern is engaged in wholesale trade and normally sells the item being supplied and how the business concern will take ownership of the items being delivered. Vendors shall also provide certification, evidence that they are an authorized distributor of the Original Equipment Manufacturer. If a solicitation is issued, information will be posted on the SAM web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Officer at allan.tabliago@va.gov. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0210969e579440a79b906a6679161e6c/view)
- Place of Performance
- Address: Department of Veterans Affairs Wilkes-Barre VAMC 1111 East End Blvd PA, Wilkes-Barre 18711-0030, USA
- Zip Code: 18711-0030
- Country: USA
- Zip Code: 18711-0030
- Record
- SN06497208-F 20221020/221018230124 (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 |