SOLICITATION NOTICE
66 -- Brand Name Only | The QuantStudio 7 Pro real-time PCR system ThermoFisher SB Set Aside
- Notice Date
- 1/20/2023 9:08:44 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25923Q0198
- Response Due
- 1/30/2023 1:00:00 PM
- Archive Date
- 01/31/2023
- Point of Contact
- Natasha Holland, Contract Specialist, Phone: 303.712.5753
- E-Mail Address
-
natasha.holland@va.gov
(natasha.holland@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Request for Quote (RFQ) #: 36C25923Q0198 Brand Name Only ThermoFisher | The QuantStudio 7 Pro real-time PCR system SB Set Aside 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. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 4:00pm EST, 01/25/2023 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to natash.holland@va.gov no later than 4:00pm ET, 01/30/2023. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25923Q0198. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-01 effective Dec 30, 2021. The North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 1000 employees. This solicitation is a 100% set-aside for Small Businesses. List of Line Items; Line Item Description Quantity Unit of Measure Unit Price Total Pric 0001 ThermoFisher Quantstudio 7 Pro Real-Time PCR System 1 EA $ $ 0002 ThermoFisher QS-PRO BLOCK UPGRADE 96W 0.2ML EA 1 EA 0003 ThermoFisher QS-PRO BLOCK UPGRADE 384W EA 1 EA 0004 1 DAY TRAINING 1 DAY Grand Total $ Description of Requirements for the items to be acquired; Purpose: The QuantStudio 7 Pro real-time PCR system provides sensitive, specific detection and quantification of nucleic acid targets. Quick interchangeable blocks allow amplification of 96 well, 384 well, and TaqMan Array Plates. The Quantstudio 7 Pro has the ability to be automated in the future and supports TaqMan and SYBR green technologies with over 21 million gene expression assays for more than 32 species. The purchase will include one day of training for the staff at the MIRECC and all supplies and equipment necessary for calibration of 96-well plate, 384-well plate, and array card. Scope of Work: The qPCR will be shipped to RMR VAMC for MIRECC Services. Period of Performance: This will be a one-time purchase and requested delivery date is 03/01/2023. Please include lead times if unable to meet need date. Salient Characteristics Specifications Colors 6 targets (21 filter combinations) Adjustable Formats 96-well (0.1 mL block) 96-well (0.2 mL block) 384-well TaqMan Array Card (384-well microfluidic card) Dimensions (H x W x D) 40 x 27 x 50 cm Block change Interchangeable; no tools required VeriFlex temperature control 6 independent zones (96-well blocks only) Touchscreen Yes, interactive Cloud-enabled Yes Automation compatible Yes Dye compatibility (name) FAM, SYBR Green, VIC, JOE, HEX, TET, ABY, NED, TAMRA, Cy3, JUN, ROX, Texas Red, Mustang Purple, Cy5, LIZ, Cy5.5 Detection sensitivity 1 copy Key applications Gene expression, miRNA profiling, SNP genotyping, Copy number variation, Protein thermal shift, High resolution melt, Pathogen detection, Pharmacogenomics Block Format TaqMan Array Card Includes Array Card, Laptop Green Features Energy efficient, fewer resources used, and less waste Display Type Touch Screen For Use With (Equipment) QuantStudio 7 Pro Hands-free operation with facial authentication and voice commands Offer smart qPCR workflow and TaqMan Array Plates with RFID Small footprint and true standalone operation; setup, start, monitor, and analyze directly on the touchscreen Contact Technical Support directly from the touchscreen Smart Remote Support; show issues to Technical Support for speedy resolution Easily change blocks and four different block types available Automation compatibility for 24/7 operation Remote monitoring of run status using the Instrument Connect monitoring app Design and Analysis software compatible with PC and Mac operating systems Compatible with over 8 million TaqMan Assays for gene expression, genetic variation, gene regulation, or protein expression experiments Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at Department of Veteran Affairs Rocky Mountain Regional VAMC MIRECC 1700 N. Wheeling Street Aurora, CO 80045 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (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. Offeror 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. 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. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) Technical capability or quality of the item offered to meet the Government requirement, (II) Price; and (III) Authorized Distributor Letter Volume I - Technical capability or quality of the item offered to meet the Government requirement The offeror shall submit specifications, cut sheets, or brochures confirming the products, including of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. Volume III Authorized Distributor Letter The offeror shall submit a letter form the OEM manufacturer stating they are authorized to sell the items identified in this RFQ. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate quotations: Factor 1. Technical capability or quality of the item offered to meet the Government requirement Factor 2. Price Factor 3. Letter of Authorized Distributor Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Factor 1. Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Factor 2. Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement, as stated in Factor 1, shall not be selected regardless of price. Factor 3. Letter of Authorized Distributor: The offeror shall submit a letter form the OEM manufacturer stating they are authorized to sell the items identified in this RFQ. (End of Addendum to 52.212-2) 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Offerors must be registered in SAM at time of offer submission. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2020) applies to this acquisition FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (31 U.S.C. 6101 note) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) (15 U.S.C. 644) FAR 52.219-8 Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)) FAR 52.219-28 Post Award Small Business Program Representation (NOV 2020) (15 U.S.C 632(a)(2)) FAR 52.219-33 Nonmanufacturer Rule (MAR 2020) FAR 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JUL 2020) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) FAR 52.222-50 Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513) FAR 52.225-1 Buy American Supplies (JAN 2021) (41 U.S.C. chapter 83) FAR 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (JUL 2020) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure (OCT 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar The following FAR provisions are to be incorporated by reference: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.214-21 Descriptive Literature (APR 2002) FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) The following VAAR provisions are to be incorporated by reference: None The following FAR clauses are incorporated by reference: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.227-19 Commercial Computer Software-Restricted Rights (DEC 2007) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) The following VAAR clauses are to be incorporated by reference: VAAR 852.212-71 Gray Market Items (APR 2020) VAAR 852.212-72 Gray Market and Counterfeit Items (MAR 2020) (DEVIATION) VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (Deviation) The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to natasha.holland@va.gov by 4:00pm ET, 01/30/2023. Name and email of the individual to contact for information regarding the solicitation: Natasha Holland Natasha.holland@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e9e24123d33c45bca6f0873018537195/view)
- Place of Performance
- Address: Department of Veteran Affairs Rocky Mountain Regional VAMC MIRECC 1700 N. Wheeling Street, Aurora 80045, USA
- Zip Code: 80045
- Country: USA
- Zip Code: 80045
- Record
- SN06569642-F 20230122/230120230106 (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 |