Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 19, 2025 SAM #8698
SOLICITATION NOTICE

65 -- Histology Coverslipper , CLE Tissue Tek Automated, Sakura Finetek

Notice Date
9/17/2025 7:15:40 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25025Q0959
 
Response Due
9/22/2025 10:00:00 AM
 
Archive Date
11/06/2025
 
Point of Contact
Jennifer A. Tisdale, Contract Specialist, Phone: 216-477-8010, Fax: N/A
 
E-Mail Address
jennifer.tisdale@va.gov
(jennifer.tisdale@va.gov)
 
Awardee
null
 
Description
Combined Synopsis-Solicitation for Commercial Products and Commercial Services Effective Date: 04/18/2025 Revision: 02 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 (36C25025Q0959). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06. This solicitation is full and open competition, after exclusions. Contracted vendors will be given priority. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, Surgical and Medical Instrument Manufacturing with a small business size standard of 600. The FSC/PSC is 6515. The Department of Veterans Affairs, Network Contracting Office (NCO)10, Louis Stokes Cleveland VA Medical Center 10701 East Blvd., Cleveland, Ohio 44106 is seeking to purchase the following equipment, Tissue Tek Automated Coverslipper and Prisma Link. All interested companies shall provide quotations for the following: Supplies/Services ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1 EA Tissue Tek Film Automated Cover-slipper 115 VAC 50 Tissue Tek Prisma Link (Sakura Finetek) 0002 1 EA Tissue Tek Prisma Link (Sakura Finetek) Specification & Salient Characteristics Model Tissue-Tek® Film® (#4740) Tissue-Tek® Link System (#6134) 2. Electrical Rated voltage and current: AC 115 V, 60 Hz, 1.3 Amps Computer control: Microprocessor Standards: IEC 61010-1, 2nd Ed. CAN/CSA C22.2 No. 61010-1, UL 61010-1 3. Environmental Operational temperature: 10o C to 40o C (50o F to 104o F) Operational relative humidity: 30% to 85% (non-condensing) Storage temperature: -20o C to 65o C (-4o F to 149o F) Storage relative humidity: 20% to 90% (non-condensing) Storage atmospheric pressure: 50 to 106 kPa 4. Physical Dimensions in cm: 72(W) x 59(D) x 69(H) Dimensions in inches: 28.3(W) x 23.2(D) x 27.1(H) Weight: 75kg (165 lbs.) 5. User Interface Function keys: 9 Function keys Display: VFD (Vacuum Fluorescent Display), 20 characters x 4 line, 3 LED Alarms: Audible beeps and indicator lamps Product Specifications 6. Functional Throughput: 1 slide every 3 sec, up to 1,080 slides per/hr. Slide basket: Polyethylene Terephthalate (PET); up to 20 slides Types of slides: Standard (24.7-25.5 x 74.7-76 x 0.9-1.2 mm) Solvent: Xylene (reagent or analytical grades only) Xylene bottle capacity: 500 ml each Slide capacity per roll of film: 1,333 slides at 45 mm Xylene dispensing level: Selectable, 1 minimum to 5 maximums Film width: 24 mm Film length: Selectable, 45, 50, 55, or 60 mm Film cutter blade: Stainless steel Average blade lifespan: 10,000 slides (approximately 10 rolls of film) 7. Fume Control Fan performance: Maximum airflow: 1.45 m3/min; Maximum static pressure: 196 Pa Filter: 2 carbon cartridges (OD: 50 x 350 x 100mm, 800 grams) External exhaust: Optional external exhaust (OD: 38mm or 75mm) Product Specifications 8. Film Storage temperature: 10o C to 30o C (50o F to 86o F) Storage humidity: 30% to 70% RH Material: Cellulose Tri-Acetate Thickness: 0.12 ± 0.005 mm Width: 24 ± .03 mm Length per roll: 60 meters Refractive Index (Film and Media): 1.481 ± 0.02 Transmittance (400-650nm): >87% Transmittance (600-700nm): >90% 9. Slide storage guidelines Relative humidity: Less than 50% Temperature: 22o C ± 3o C (72o F ± 5o F) Film coverslipped slides should be stored in a temperature-controlled environment, avoid storing film coverslipped slides in humid areas. Archived slides should be stored in a vertical upright position with the coverslipping film surface of one slide touching the glass back surface of the adjacent slide Delivery instructions: All deliveries shall be made to: Place of Performance/Place of Delivery Address: Louis Stokes Cleveland VAMC 10701 East Blvd. Cleveland, Ohio 44106 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services [In accordance with FAR 12.301(c) when the use of evaluation factors is appropriate, the contracting officer may (1)� Insert the provision at� 52.212-2, Evaluation-Commercial Products� and� Commercial Services, in� solicitations� for� commercial products� or� commercial services� (see� 12.602); or (2)� Include a similar provision containing all evaluation factors required by� 13.106,� subpart� 14.2� or� subpart� 15.3, as an addendum (see� 12.302(d)).] The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.212-4, Contract Terms and Conditions Commercial Items (NOV 2023) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (FEB 2024) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractor (Nov 2021) VAAR 852.203-70, Commercial Advertising (May 2018) VAAR 852.232-72, Electronic Submission of payment Requests (Nov 2018) VAAR 852.246-71, Rejected Goods (Oct 2018) All quoters shall submit the following: All documents shall be emailed and reference in the subject line: 36C25025Q0959. All quotes shall be sent to the Jennifer A. Tisdale, email: jennifer.tisdale@va.gov. The 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 following are the decision factors: This procurement is for new items only; no remanufactured or ""gray market"" items. No remanufacturers or gray market items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment, 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 warranty and service associated with the equipment shall be in accordance with the OEM terms and conditions. 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 exceptions(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 1:00 pm, Eastern Standard Time, September 22, 2025, at jennifer.tisdale@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 Jennifer A. Tisdale Contract Specialist Network Contracting Office (NCO) 10 Office: 216-447-8010 Email: jennifer.tisdale@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/230905d67f044603a426fda67b8ed6f2/view)
 
Place of Performance
Address: Department of Veterans Affairs Louis Stokes Cleveland VA Medical Center 10701 East Blvd., Cleveland, OH 44106, USA
Zip Code: 44106
Country: USA
 
Record
SN07594853-F 20250919/250917230044 (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.