Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2016 FBO #5178
DOCUMENT

65 -- Plexon CinePlex Video Recording System - Attachment

Notice Date
1/25/2016
 
Notice Type
Attachment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
VA24716Q0256
 
Response Due
1/29/2016
 
Archive Date
2/28/2016
 
Point of Contact
Dino LaRocca
 
E-Mail Address
9-7214<br
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation: VA-247-16-Q-0256 CinePlex Video Recording System Notice Type: Combined Synopsis/Solicitation (i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in FAR 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; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA-247-16-Q-0256 and is issued as a request for quotation (RFQ) COMBINED SYNOPSIS/SOLICITATION. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. 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.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR). Additionally 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02) and 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02) are incorporated into this solicitation. (iv) This solicitation is issued as a total SMALL BUSINESS (SB) set-aside. The North American Industry Classification System (NAICS) code is 541990 All Other Professional, Scientific and Technical Services and the size standard is $15 Million. (v) This procurement is for NEW EQUIPMENT ONLY; no remanufactured or "gray market" items. All Equipment must be covered by the manufacturer's warranty. This requirement consists of the following items (Brand Name Only): ITEM INFORMATION ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001CPX/V3-I-OPX-CINEPLEX VIDEO RECORDING SYSTEM LOCAL STOCK NUMBER: 911131.00EA____________________________________ 0002CPT-V3-CINEPLEX V3 TRACKING OPTION LOCAL STOCK NUMBER: 999731.00EA____________________________________ 0003BEHAVIOR LOCAL STOCK NUMBER: 999741.00EA____________________________________ 0004CBL/DI-OMNIPLEX-BW-15L LOCAL STOCK NUMBER: 904261.00EA____________________________________ 0005CPX/CAM-AVT-STINGRAY-AVT STINGRAY CAMERA LOCAL STOCK NUMBER: 219561.00EA____________________________________ 0006CPX-LENS 3X 4.5-12.5MM F1.2 1/2" CS MOUNT-STANDARD LENS LOCAL STOCK NUMBER: 52154-0041.00EA____________________________________ 0007INS-CPX SYSTEM INSTALL LOCAL STOCK NUMBER: 915951.00EA____________________________________ 0008SHIPPING AND HANDLING LOCAL STOCK NUMBER: 300111.00EA____________________________________ Functional/Performance/Specification Describe equipment/supply use. If brand name items requested, must be supported by sole source justification. PLEXON INC - Video Recording System----NOT FOR USE ON HUMANS RESEARCH PURPOSE ONLY A highly specialized device that records the behavior of rodents and creates an activity map of the behavior pattern. This device is capable of revealing brain activity, including areas of the brain that have suffered traumatic brain injury. The various components and subcomponents work seamlessly to record behavior and then render a brain activity map. The software is integrated with the device and analyzes the data to produce a map of the neural activity of the brain. The amplified signals are then analyzed to determine states of consciousness and how different areas in the brain interact to produce purposeful behavior. The industry's most advanced approach to digital video recording, position tracking and behavioral analysis for freely moving and behaving animal experiments. The NEW CineCorder, CineTracker and CineLyzer Systems are designed for labs focused purely on behavior research and conducting many trials with several animals. The CinePlex ® System is for researchers integrating video and neural recordings within an experiment. This is the only vendor that provides a turn-key integrated system that is capable of collecting and analyzing data from the moment of delivery. Because it is a turn-key integrated system, this device is being used by many research labs and serves as a reference standard. Data collected with this system can be compared with data from other labs. Other vendors provide subcomponents or their software requires extensive reprogramming to construct the brain activity maps. This requires knowledge of computer programming, resulting in additional costs. Pricing Information: 1.All unit prices should be considered FOB destination. 2.Installation, including installation, inspection, shipping, and assembly of items, as well as cleanup, removal, and disposal of all packaging, shipping, and installation materials shall be a separate line item price. 3.Brand name only. Approved Justification 4.New Equipment ONLY; NO remanufactured or "gray market" items 5.All items must be covered by the manufacturer's warranty 6.Offer MUST be good for 30 calendar days after close of solicitation 7.Delivery: 30 Calendar Days ARO 8.Shipping: FOB Destination Installation Requirements: 1.Proof of Insurance: Proof of Insurance for vendor and installers is required. 2.Time and Place of Performance: All work to be performed in a timely manner. Installation must be coordinated with the RHJ VA MC POC. 3.Package Requirements: a.All labor, delivery and clean-up including disposal of trash and containers is the responsibility of the contractor and should be included in the proposal. b.All work is to be completed in one continuous mobilization. c.Delivery is to be just-in-time and any pre-storage is to be provided by the contractor (payment to be made only after installation of product). 4.Warranty: All product and installation will be warranted for a period of 12 months (minimum) after acceptance of the installation by the Government. OFFER SUBMISSION: Acceptable offer submission is each CLIN listed separately with individual pricing on standard company quote form inclusive of shipping. Include all requisite supporting documentation identified in this solicitation with your offer. Shipping Address: Department of Veterans Affairs RHJ VAMC Warehouse 1001 Trident St Hanahan, SC. 29410 (vi) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (vii) 52.212-2Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. VAAR 852.211-73 Brand Name or Equal is also incorporated into this solicitation. At minimum, the offered item must meet all requirements set forth in the product specifications/salient characteristics of the requested items manufacturer documentation to be considered a responsive offer. The Offeror that submits the offer that meets all the requirements of the solicitation, is responsive and responsible, has the lowest cumulative price for all items (inclusive of delivery) and the offer is fair market price will be selected. The Government anticipates awarding a single award contract resulting from this solicitation to the lowest priced technically acceptable offer that is fair and reasonable and conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: 1.Documentation that confirms at least 3 years of satisfactory and relevant experience/past-performance providing the same type of required items and installation services. 2.Documentation that confirms the company/employees are manufacturer authorized resellers/distributors/installers of the quoted/offered items and proof of insurance (Certificate of Insurance) for installation. 3.Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov (viii) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE QUOTE. A copy of the provision may be attained from https:// www.sam.gov. If not provided, the offer may not be considered for award. (ix) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (x) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xi) n/a. (xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xiii) n/a. (xiv) QUESTIONS: All questions regarding this solicitation need to be electronically submitted to Dino LaRocca, NCO 7 Contract Specialist e-mail Dino.LaRocca@Va.Gov. The solicitation number must be identified on all submitted questions. Questions received after the close of the solicitation date and time will not be answered. (xv) Site Visit: A site visit is not contemplated at this time. (xvi) QUOTES/OFFERS ARE DUE January 29, 2016 at 3PM ET. Only electronic offers will be accepted. Submit quotation to - Dino LaRocca, NCO 7 Contract Specialist e-mail Dino.LaRocca@Va.Gov. All offers must include the solicitation number "VA-247-16-Q-0256 CinePlex Video Recording Stsyem" in the subject line of the email. Quotes/offers received after this date and time may not be considered for award. (xvii) Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 Primary Point of Contact: Dino LaRocca, NCO 7 Contract Specialist Dino.LaRocca@Va.Gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24716Q0256/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-16-Q-0256 VA247-16-Q-0256_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2523509&FileName=VA247-16-Q-0256-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2523509&FileName=VA247-16-Q-0256-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03999903-W 20160127/160125233927-729c75728529e4ae6001827ee1530913 (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.