Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
DOCUMENT

66 -- VARIOSKAN LUX - Attachment

Notice Date
9/2/2015
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN17 Network Contracting Activity;7400 Merton Minter Blvd. (10N17/90C);San Antonio TX 78229
 
ZIP Code
78229
 
Solicitation Number
VA25715Q1540
 
Response Due
9/8/2015
 
Archive Date
9/18/2015
 
Point of Contact
Karon Martin
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with 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 solicitation number is VA257-15-Q-1540. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, effective August 21, 2015. The associated North American Industrial Classification System Code (NAICS) for this procurement is 334516 with a small business standard of 500 employees. This acquisition is solicited as a set-aside for small business. Contractor shall provide items identified listed. This is a brand name or equal requirement. When providing a quotation on an equal product, contractor must specify the item being quoted. Along with your quote, contractor shall provide sufficient product detail to accomplish a proper determination of said equal product. Failure to provide sufficient product detail may render said quote unresponsive. REQUIREMENT 1.Purchase of Varioskan OR EQUAL for Research Service at the Central Texas Veterans Health Care System, Temple, TX. 2.Background. The reading plates after the Eliza assay. Has florescent reader to read from the top and bottom of plate. 3.Scope. Dual Excitation monochromators and dual Emission monochromators for fluorescence applications using a Photomultiplier tube as the detector. 2. Instrument must perform an autocalibration at assay start and offer the user the option of Auto range, High, Medium or Low dynamic range setting. 3. Instrument provides spectral scanning in fluorescence intensity, time-resolved fluorescence(TRF), luminescence, and absorbance modes. 4. Instrument provides Excitation from 200-1000nm and Emission from 270 - 840nm and supports Tryptophan fluorescence assays. 5. Selectable Excitation bandwidths of 5 and 12nm, Emission bandwidth of 12nm with Wavelength resolution of 1nm. 6. Reads plate formats of 6- to 1536-wells for fluorescence intensity, luminescence, TRF, and AlphaScreen. 7. Theoretical sensitivity of 6 decades in 384 well black plate 8. Instrument must offer dedicated "LAT" optics system for high sensitivity luminescence, TRF, and AlphaScreen capability. 9. Luminescence sensitivity < 7amol ATP/well, 7 decades (flash ATP reaction, 384-well plate). 10. Instrument uses 2 monochromators for photometric (UV and Vis) reading and a photodiode detector. 11. Instrument reads 6- to 384-well plates in absorbance mode. 12. Photometric operational range of 200-1000nm with linearity of 0-4Abs in 96-well plate and 0-3Abs in a 384-well plate 13. Instrument has on board pathlength correction for direct quantitation of nucleic acids, proteins and other molecules 14. Instrument comes standard with a Universal Plate Carrier for all plate types. Optional carrier inserts must be available for reading plates with lids on. 15. On board incubator must function by preventing condensation on a microplate lid to enable support cell based applications where sterility of the sample must be maintained. 16. Instrument has automatic plate check mode and priming vessel check mode to prevent accidental dispensing of reagent inside the instrument. 17. Instrument must offer up to 2 on-board dispensers as an option. The dispenser enables simultaneous dispense and measure assays such as, flash luminescence, Ion flux measurements and Ultra Fast Kinetic Assays 18. Dispenser must be available with 2 dispenser tip options for accurate and precise dispensing in the ranges of 1-20uL and >5uL. 19. Instrument must offer a reference channel detector to compensate for variability in the Xenon lamp from flash to flash. 20. Instrument has an option for bottom reading 21. The instrument must use an LED as the light source for AlphaScreen. 22. The instrument has an optional gas control module for CO2 and O2 regulation. The gas concentration is recorded during the experiment and can be seen from the Results log. 23. The instrument is controlled by SkanIt PC software and is available in Research or Drug Discovery versions (21 CFR part 11). All components purchased are those of the Department of Veterans Affairs. This system will not connect to the VA intranet/internet for any reason. The computer included is solely to assist with sample readings. There will be no patient information of any kind affiliated or stored on this computer or equipment. Network Contracting Office 17 requests responses from qualified sources capable of providing the following item(s): LINE ITEM 0001: Item Number: MISC-TECHSERV Description: 5250040INST/INSTALLATION AND TRAINING Qty:1 EACHUnit Price: $_______Extended Amount $____________ LINE ITEM 0002: Item Number: MISC-LIFESCI Description: VLBL0TD0/VARIOSKAN LUX, TOP&BOT F,ABS/EA Qty:1 EACHUnit Price: $_______Extended Amount $____________ LINE ITEM 0003: Item Number: MISC-LIFESCI Description: 333-10001/Desktop instrument control/EA Desktop instrument control computer; Intel ® Core# i5 Quad core processor, 8GB RAM, 500GB hard drive, Windows 7 Qty:1 EACHUnit Price: $_______Extended Amount $____________ LINE ITEM 0004: Item Number: MISC-LIFESCI Description: P1913-D3/19 inch Widescreen monitor 19 inch Widescreen monitor Qty:1 EACHUnit Price: $_______Extended Amount $____________ TOTAL AMOUNT $____________ Delivery: ________Days after award Delivery to: Central Texas Veterans Health Care System 1901 S 1st Street Bldg 44 Temple, TX 76504 Company name:___________ Company DUNS number:___________ Point of contact:___________ Telephone:___________ The following FAR and VAAR Clauses and provisions in their latest editions apply to this solicitation. 52.212-1, Instructions to Offerors-Commercial Items. 52.212-2, Evaluation Commercial Items. Technical acceptability to meet the Governments requirement, Past performance, delivery and price. Technical and past performance, when combined are less important than price. 52.212-3 Offeror Representations and Certifications - Commercial Items. Offerors must include a completed copy of Representations and Certifications with their offer. 52.212-4 Contract Terms and Conditions - Commercial Items. 52.204-7 Central Contractor Registration 52.219-6, Notice of Total Small Business Set-Aside 52.219-13, Notice of Set-Aside Orders 52.222-50 Combatting Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim The following clauses will be incorporated in full text. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items The following clauses shall be considered marked within 52.212-5 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-22 Previous Contracts Compliance Report 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.219-28, Post Award Small Business Program Representation 52.252-1, Solicitation Provisions Incorporated by Reference http://www.acquisition.gov/far/ http://www.va.gov/oal/library/vaar/ 52.252-2, Clauses Provisions Incorporated by Reference http://www.acquisition.gov/far/ http://www.va.gov/oal/library/vaar/ 852.203-70, Commercial Advertising 852.211-70 Service Data Manuals 852.237-70 Contractor Responsibilities "Texas" shall be inserted into the fill in 852.246-70 Guarantee 852.273-74, Awards Without Exchanges The Government intends to award a firm fixed price contract resulting from this combined synopsis/solicitation. All offerors must be registered in the System for Award Management (SAM) prior to award (www.sam.gov). Quotes are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be issued and telephone requests or fax requests for the solicitation will not be accepted. Quotes must include company name, company DUNS number, and point of contact information. All responsible sources should submit quotes to Karon Martin via e-mail: karon.martin@va.gov by Tuesday, September 8, 2015, 11:00AM CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/VA25715Q1540/listing.html)
 
Document(s)
Attachment
 
File Name: VA257-15-Q-1540 VA257-15-Q-1540.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2294679&FileName=VA257-15-Q-1540-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2294679&FileName=VA257-15-Q-1540-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03868429-W 20150904/150903000149-835a15c5308ba52de687997928d72c71 (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.