SOLICITATION NOTICE
65 -- Cryostat System Equipment Columbus
- Notice Date
- 4/5/2023 5:08:27 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25023Q0529
- Response Due
- 4/10/2023 2:00:00 PM
- Archive Date
- 06/09/2023
- Point of Contact
- Gina P. Crank, Contracting Officer, Phone: 614 625 1236, Fax: NA
- E-Mail Address
-
gina.crank@va.gov
(gina.crank@va.gov)
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) 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. The Government reserves the right to make no award from this solicitation. This is a request for quote (RFQ), and the solicitation number is 36C25023Q0529. The Government anticipates awarding a firm-fixed price Purchase Order resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2023-02, effective 03/06/2023. The associated NAICS Code is 339113, Surgical Appliance and Supplies Manufacturing. The Department of Veterans Affairs, Network Contracting Office 10, is soliciting quotes from all sources to supply the Columbus VA Ambulatory Care Center a Cryostat System to process and analyze samples of tissue related to Micrographic Surgery (MOHS) needs. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information, along with any other documents necessary to support the requirements below. The ideal instrument dimensions are 29 W x 30 D x 45.5 H with power requirements of 20V, 20 amp dedicated circuit. Recommended clearances are 36 W x 33 D x 60 H, which will align with our current MOHS lab space. Additional needs are Pulse Trim Function, Auto Specimen Retreat, Motorized Coarse and Fine Feed, minimum of 27 freezing stations, Fast Freezing Peltier, Stainless Steel Microtome. This requirement is a Brand Name or Equal to the Avantik QS12 Cryostat. Quotes are to be provided to Gina P. Crank, Contracting Officer, via email at gina.crank@va.gov, no later than April 10, 2023, by 5:00 PM EST. No telephone calls will be accepted. No submission received after the above-mentioned date and time will be accepted. STATEMENT OF WORK (SOW) Contract Number: Task Order Number: IFCAP Tracking Number: 757-23-2-096-0261 Follow-on to Contract and Task Order Number: PROGRAM REQUESTOR/MANAGER). Name: Eric Wilhelm Section: Supply Chain Management Address: 420 North James Rd Columbus, Ohio 43219 Phone Number: Fax Number: E-Mail Address: Eric.Wilhelm@va.gov 2.Contract Title. MOHS Procedures 3. Background. Purchasing MOHS laboratory equipment to begin offering MOHS procedures to veterans within VA. Currently sending all MOHS needs through Community Care. With anticipation of budget concerns with Community Care funding, this should save the need for reliance on community access for maximizing veteran care options within VA. 4. Scope. A Cryostat System is a necessary piece of equipment for our histo-tech to process and analyze samples of tissue related to MOHS needs. EZ-Touch control panel provides precise control of all cryostat functions, including temperature adjustment, specimen head advance and retract, section and trim thickness. 5. Specific Tasks. Needed features will align with size parameters of MOHS laboratory set up currently. The ideal instrument dimensions are 29 W x 30 D x 45.5 H with power requirements of 20V, 20 amp dedicated circuit. Recommended clearances are 36 W x 33 D x 60 H, which all align with our current MOHS lab space. 6. Performance Monitoring NA 7. Security Requirements No maintenance or installation of a VA Information System Hardware or Software is performed under this contract. No contractor access to a VA Information System, VA Protected Health Information (PHI), nor VA Personally Identifiable Information (PII) is allowed or performed under this contract. Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). NA 9. Other Pertinent Information or Special Considerations. NA 10. Risk Control NA 11. Place of Performance. Chalmers P. Wylie ACC 420 North James Rd Columbus, Ohio 43219 12. Period of Performance. 21 -30 Days ARO 13. Delivery Schedule. Need Delivery of Cryostat prior to 04/30/23 The 11 Federal Holidays observed by the Federal Government are: New Year s Day January 1 Martin Luther King s Birthday 3rd Monday in January Presidents Day 3rd Monday in February Memorial Day Last Monday in May Juneteenth Day June 19 Independence Day July 4 Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veterans Day November 11 Thanksgiving Day 4th Thursday in November Christmas Day December 25th The President of the United States of America may declare additional days as a Federal holiday, and if so, this holiday will automatically be added to the list above. When a holiday falls on a Sunday, the following Monday shall be observed as a Federal holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a Federal Holiday. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA $ $ HP Avantik Cryostat Accessory Kit (10) 30mm specimen chucks; (5) camel hair anti-roll brushes - (2) #3, (1) #4, (1) #5, (1) #7; (1) bottle Avantik OCT, (2) bottles of NEG-50 Colorless, (1) bottle microtome oil, (1) pack of HP disposable blades; (1) operator's manual. LOCAL STOCK NUMBER: SE3090-K Funding/Req. Number: 1 $0.00 0002 1.00 EA $ $ Warranty 1 Year Warranty-Includes Parts & Labor The instruments quoted are backed with our full one-year warranty, including all parts and labor. LOCAL STOCK NUMBER: >Warranty Funding/Req. Number: 1 $0.00 0003 2.00 EA $ $ New - Avantik QS12 Cryostat Easy touch control panel Stainless Steel Microtome Fast Freezing Peltier 27 Freezing Stations Motorized Coarse and Fine Feed Auto Specimen Retreat Pulse Trim Function Memory Function for Specimen Advance Require LOCAL STOCK NUMBER: QS12 Funding/Req. Number: 1 $60,600.00 GRAND TOTAL $ The following solicitation provisions apply to this acquisition: FAR 52.212-1, INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (JUNE 2020) FAR 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (FEB 2021) 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. The following contract clauses apply to this acquisition: FAR 52.212-4, CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2018) ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into 52.212-4 as an addendum to this contract: FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) 852.203-70, 852.232-72, 852,233-70, 852.233-71 852.246-71, 852.247-71, 852.270-1 VAAR 852.212-71 GRAY MARKET LANGUAGE (MAY 2016) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Jan 2021 The following subparagraphs of FAR 52.212-5 are applicable: [52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-18, 52.232-19, and 52.232-33.] All quoters shall submit the following: A completed schedule with pricing, adequate documentation detailing the capabilities of the product. All quotes shall be sent to the electronically via email to Gina P. Crank @ gina.crank@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The award will be made to the response most advantageous to the Government. Responses should contain your best terms and conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than April 10, 2023 by 5:00 PM EST to gina.crank@va.gov Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Gina P. Crank Contracting Officer Network Contract Office (NCO) 10 Office: 614-625-1236 Email: gina.crank@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/04b4f43f1c754c3eb3ce957865526814/view)
- Place of Performance
- Address: Chalmers P. Wylie VA Ambulatory Care Center 420 N. James Road, Columbus, OH 43219, USA
- Zip Code: 43219
- Country: USA
- Zip Code: 43219
- Record
- SN06641293-F 20230407/230405230108 (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 |