Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2010 FBO #3193
SOLICITATION NOTICE

66 -- Liquid Scintillation Analzyers

Notice Date
8/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Jennifer Johnson;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA26310RQ0447
 
Response Due
8/27/2010
 
Archive Date
9/26/2010
 
Point of Contact
Jennifer M Johnson
 
E-Mail Address
ct
 
Small Business Set-Aside
N/A
 
Description
(i)This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will NOT be issued. The proposed contract action is for Liquid Scintillation Analyzers Equipment for the VA Medical Center Minneapolis, MN 55417. This equipment must meet the minimum requirements as described in Section (vi). (ii) The solicitation number is VA263-10-RQ-0447 and is issued as a Request For Quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-43, July 23, 2010. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR). (iv) This solicitation is issued as full and open competition. The North American Industry Classification System (NAICS) code is 334516, and the size standard is 500 employees. (v) This requirement consists of seven (7) line items: CLIN (1): Analyzer, Scintillation, Liquid, detects small amounts of alpha/beta/gamma radiation. Includes operator and service manuals. Quantity 3; CLIN (2) Ambient Kit, Tri-Carb VE Quantity (3); CLIN (3) Utility Cart, assembled Quantity (3); CLIN (4) training/support on line Quantity (3), CLIN (5) High sensitivity option Quantity (3), CLIN (6) Heterogeneity Monitor Quantity (3), CLIN (7) Lum detection and correction Quantity (3) (vi) The Tri-Carb Liquid Scintillation Analyzer is a computer controlled bench top liquid scintillation analyzer for detecting small amounts of alpha, beta and gamma radioactivity. The standard features shall include: varisette sample deck, patented programmable time-resolved liquid scintillation counting, luminescence detection, single and dual label DPM with dynamic color correction, spectrum unfolding, automatic single label direct DPM with Ba-133 external standard, sample numeric value screening, Spectral Index of Sample (SIS), cassette loading bidirectional conveyor, Linear 4000 channel spectralyzer MCA, electrostatic controller, ambient room temperature operation, group priostat priority interrupt. The price must include FOB Destination. Offers must state standard warranty provisions for the systems. The offer shall specify technical specifications and proposed adaptive equipment and provide estimated number of days to deliver. (vii) Delivery FOB Destination to VA Medical Center, One Veterans Drive, Minneapolis, MN 55417. (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda,52.211-6 Brand Name or Equal, 52.225.18 Place of Manufacture, 52.233-2 Service of Protest, VAAR 852.211-72 Technical Industry Standards, VAAR 852.233-70 Protest Content/Alternative Dispute Resolution, VAAR 852.233-71 Alternate Protest Procedure, VAAR 852.273-74 Award without Exchanges, 52.252-1 (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does apply to this solicitation. The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, technical factors combined with past performance is equal to price. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offerors are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.211-70 Service Data Manual, VAAR 852.211-73 Brand Name or Equal, Solicitation Provisions or Clauses Incorporated by Reference, VAAR 852.203-70 Commercial Advertising, VAAR 852.245-70 Guarantee, VAAR 852.246-71 Inspection. VAAR 852.237-76 Electronic Invoice Submission, VAAR 852.252.70; (xii) The following FAR clauses identified at paragraph (b) of 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are considered checked and are applicable to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-8 Utilization of Small Business Concerns, 52.219-28 Post Award Small Business Program, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans,52.222-54 Employment Eligibility Verification, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-34 Payment by Electronic Funds Transfer-Other than Central Contractor Registration. (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xv) RESPONSES ARE DUE August 27, 2010 10:00 central standard time (CST). Electronic offers will be accepted; submit quotation to “ Jennifer Johnson, Minneapolis Contracting and Purchasing Office, 708 South Third St, Ste 200E, Minneapolis, MN 55414, or e-mail Jennifer.Dallman@va.gov (xvi) Point of contact for this solicitation is Jennifer Johnson, 612-344-2141 or e-mail Jennifer.Dallman@va.gov. All Inquires must be in writing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26310RQ0447/listing.html)
 
Record
SN02249540-W 20100822/100820235834-943451e8b307f6feb2f2c231c2236368 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.