Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 15, 2024 SAM #8389
MODIFICATION

66 -- Brand Name - Hamamatsu Orca Quest Camera

Notice Date
11/13/2024 1:50:36 PM
 
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
36C24E25Q0004
 
Response Due
11/20/2024 1:00:00 PM
 
Archive Date
02/18/2025
 
Point of Contact
Ann Marie Stewart, Contracting Officer, Phone: 401-919-0878
 
E-Mail Address
annmarie.stewart@va.gov
(annmarie.stewart@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Combined Synopsis-Solicitation for Commercial Products and Commercial Services Request for Quote (RFQ) #: 36C24E25Q0004 (Brand Name) Hamamatsu ORCA-Quest 2 Digital qCMOS Camera Kit and the Interface Kit with Cables This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-01. This solicitation is a total set-aside for small businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 1000 Employees. The FSC/PSC is 6640. The West Los Angeles VA Medical Center Research Office located at 11301 Wilshire Blvd, Los Angeles, CA 90073 is seeking to purchase the Hamamatsu ORCA-Quest 2 Digital qCMOS Camera Kit and the Interface Kit with Cables. PRICE/COST SCHEDULE All interested companies shall provide quotations for the following supplies: Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Brand Name - Hamamatsu Product # ORCA-QUEST2-KIT- ORCA. Description - Quest 2 Digital qCMOS Camera Kit 1 EA 0002 Brand Name - Hamamatsu Product # CAMRA-1012-000-KIT- Description - Interface Kit - Firebird CoaXpress with Cables for ORCA-Ques 1 EA 0003 Shipping 1 EA 0004 Installation and Training 1 EA Grand Total: $__________ * The deadline for all questions is 4:00pm EDT, 11/18/2024. 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 annmarie.stewart@va.gov no later than 4:00pm EDT, 11/20/2024. 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. Description of Requirements for the items to be acquired; Statement of Work The West Los Angeles VA Medical Center has a sole source requirement for the Hamamatsu ORCA-Quest 2 Digital qCMOS Camera Kit and the Interface Kit with Cables. The West Los Angeles VA Medical Center requires this device is required for research purposes due to the qCMOS image sensor specific only to the Hamamatsu, making long term imaging experiments (> 10mins) possible. Voltage imaging is an imaging technique for recording activity from large neuronal populations at very high temporal resolution. This techniques requires cameras that can record large fields-of-view at very high frame rates with extremely low noise. The intent is to use the Hamamatsu Orca Quest camera to perform ultrafast imaging of voltage dynamics from large populations of neurons. Please see the required salient characteristics below: The Hamamatsu ORCA-Quest 2 Digital qCMOS Camera must meet the following specifications: Uses a qCMOS image sensor. Ultra-low noise readout mode (0.30 electrons rms). Very high quantum efficiency (QE) in voltage sensors emission regime (300 nm 600 nm). Quantification of single photons for acquiring high quality data in the low SNR conditions typically associated with voltage imaging in biological tissue. Realization of photon number resolving (PNR) output. Back-illuminated trench structure minimizing pixel crosstalk. Capable of high bandwidth readout rates of over 1000 Megapixels per second, allowing for imaging a large field of view (~600x300 um) at the fast frames rates required to capture action potentials (500 Hz). Pixel size of 4.6µm x 4.6µm paired with high readout bandwidth allow for high spatiotemporal resolution needed to capture activity of large neuronal populations Combination of low-noise and high QE of qCMOS image sensor allows for long term imaging due to reduced photobleaching (for experiments longer than 10 minutes). Established software drivers (DCAM-API) with support for developing online image processing software for low latency closed loop experiments End of Statement of work Delivery shall be provided 120 days after receipt of order (ARO). Delivery and acceptance are to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at; Department of Veteran Affairs West Los Angeles VA Medical Center Research Office 11301 Wilshire Blvd Los Angeles, CA 90073 Country: United States The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. 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 Manufacturers (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 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 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. 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 quoter shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Quoters 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: (1) Technical capability or quality of the item offered to meet the Government requirement; (2) Completion of FAR provision 52.225-2 (Buy American Cert); (3) Veterans Involvement if applicable and (4) Price. (1). Technical capability or quality of the item offered to meet the Government requirement The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products 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. (2). Completion of FAR provision 52.225-2 (Buy American Cert) The offeror shall complete the Buy American Cert provided in Section (xiii) below. (3). Veterans Involvement: In accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.215-70 (DEVIATION), Service-Disabled Veteran-Owned and Veteran-Owned Small Business (VOSB) Evaluation Factors, the Government will assign evaluation credit for a Quoter (i.e., prime contractor) which is a Service-Disabled Veteran-Owned Small Business (SDVOSB) or a VOSB. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database at time of quotation submission and at time of award (https://www.vip.vetbiz.va.gov/) and must meet federal small business size standards for the North American Industry Classification System (NAICS) code assigned to this solicitation. (4). Price: The offeror shall complete the pricing schedule provided above, p.2: PRICE/COST SCHEDULE. (End of Addendum to 52.212-1) 2. 52.212-2, Evaluation--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical or Quality Past Performance Veterans Involvement Price 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: Technical or Quality: 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. Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply being acquired; Customer surveys, and Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. Veterans Involvement: In accordance with Veterans Affairs Acquisition Regulation (VAAR) 852.215-70 (DEVIATION), Service-Disabled Veteran-Owned and Veteran-Owned Small Business (VOSB) Evaluation Factors, the Government will assign evaluation credit for a Quoter (i.e., prime contractor) which is a Service-Disabled Veteran-Owned Small Business (SDVOSB) or a VOSB. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database at time of quotation submission and at time of award (https://www.vip.vetbiz.va.gov/) and must meet federal small business size standards for the North American Industry Classification System (NAICS) code assigned to this solicitation. Non-SDVOSB/VOSB quotations that use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor. Quoters must state in their quotations the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (https://www.vip.vetbiz.va.gov/) and must meet federal small business size standards for the NAICS code assigned to this solicitation at time of both quotation submission and at time of award. Price: The Government will evaluate the price by adding the total of all line-item prices. The Total Evaluated Price will be that sum. (End of Addendum to 52.212-2) 3. 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. The following contract clauses apply to this acquisition: 4. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition (NOV 2023) 5. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAY 2024) applies to this acquisition The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.203-17 Contractor Employee Whistleblower Rights (NOV 2023) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204 27 Prohibition on a ByteDance Covered Application (JUN 2023) FAR 52.204 30 Federal Acquisition Supply Chain Security Act Orders Prohibition. (DEC 2023) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) FAR 52.219-28 Post Award Small Business Program Representation (FEB 2024) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (FEB 2024) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-50 Combating Trafficking in Persons (NOV 2021) FAR 52.223-23 Sustainable Products and Services (MAY 2024) FAR 52.225-1 Buy American Supplies (OCT 2022) FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) FAR 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving (MAY 2024) FAR 52.229-12 Tax on Certain Foreign Procurements (FEB 2021) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) 6. Additional contract requirements or terms and conditions: 52.225-2 Buy American Certificate (Oct 2022) (a) (1) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component. (2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select no . (3) The Offeror shall separately list the line-item numbers of domestic end products that contain a critical component (see FAR 25.105). (4) The terms commercially available off-the-shelf (COTS) item, critical component, ""domestic end product,"" ""end product,"" and ""foreign end product"" are defined in the clause of this solicitation entitled ""Buy American-Supplies."" (b)Foreign End Products: Line-Item No. Country of Origin Exceeds 55% domestic content (yes/no) ______________ _________________ _________________ ______________ _________________ _________________ ______________ _________________ _________________ (b)[List as necessary] (c) Domestic end products containing a critical component: Line-Item No. ___ [List as necessary] (d) The Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation. (End of provision) 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: VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (JAN 2023) (DEVIATION) VAAR 852.215-71 Evaluation Factor Commitments (OCT 2019) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71 Administrative Contracting Officer (OCT 2020) VAAR 852.246-71 Rejected Goods (OCT 2018) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 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 FAR clauses are incorporated by reference: FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) The following VAAR clauses are to be incorporated by reference: VAAR 852.212-71 Gray Market Items (APR 2020) The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to annmarie.stewart@va.gov by 4:00pm MT, 11/20/2024. Name and email of the individual to contact for information regarding the solicitation: Ann Marie Stewart annmarie.stewart@va.gov See attached document: JOFOC Brand Name Hamamatsu ORCA-Quest 2 Digital qCMOS Camera Kit and the Interface Kit with Cables
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/93850b1546814c339fd5d14912efed9c/view)
 
Place of Performance
Address: Veterans Health Administration West Los Angeles VA Medical Center Research Office 11301 Wilshire Blvd, Los Angeles 90073, USA
Zip Code: 90073
Country: USA
 
Record
SN07263125-F 20241115/241113230102 (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.