Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2019 FBO #6411
SOLICITATION NOTICE

66 -- MICROPLATE WASHER

Notice Date
6/11/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;260 E. University Avenue;Cincinnati OH 45219
 
ZIP Code
45219
 
Solicitation Number
36C25019Q0917
 
Response Due
6/13/2019
 
Archive Date
8/12/2019
 
Point of Contact
john.rogers4@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
FedBizOpps Combined Synopsis/Solicitation Notice CLASSIFICATION CODE * 66 SUBJECT * MICROPLATE WASHER WITH BASEPLATE GENERAL INFORMATION CONTRACTING OFFICE'S * ZIP-CODE 45219 SOLICITATION NUMBER * 36C25019Q0917 RESPONSE DATE (MM-DD-YYYY) 06-13-2019 ARCHIVE 60 DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS N SET-ASIDE 14 NAICS CODE * 334516 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs Network Contracting Office (NCO) 10 260 E. University Avenue Cincinnati OH 45219 DESCRIPTION * See Attachment POINT OF CONTACT * (POC Information Automatically Filled from User Profile Unless Entered) John Rogers john.rogers4@va.gov PLACE OF PERFORMANCE ADDRESS Richard L. Roudebush Indianapolis VAMC 1481 West 10th Street Indianapolis, IN POSTAL CODE 46202 COUNTRY USA ADDITIONAL INFORMATION AGENCY'S URL www.VA.gov URL DESCRIPTION United States Department of Veterans Affairs AGENCY CONTACT'S EMAIL ADDRESS John.Rogers4@va.gov EMAIL DESCRIPTION Contract Specialist Rev. March 2010 * = Required Field FedBizOpps Combined Synopsis/Solicitation Notice Page 3 of 6 Combined Synopsis Solicitation: Microplate Washer with Baseplate 1. General This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This notice constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is 36C25019Q0917 and is issued as a Request for Quote (RFQ). This solicitation document and incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01, effective January 22, 2019. This procurement is set-aside 100% for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and only qualified Offerors may submit bids. This requirement will be awarded on all-or-none basis. The applicable North American Industry Classification System Code (NAICS) is 334516 and the small business size standard is 1,000 employees. OFFERORS MUST STATE THEIR BUSINESS SIZE when submitting their offer. Set-Aside Requirement: Only verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is a SDVOSB set-aside in accordance with VAAR Part 819.7007 A non-verified vendor that submits a bid or proposal should be rejected as non-responsive or technically unacceptable as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. All other purported SDVOSBs must apply for and receive verified status in accordance with 38 CFR Part 74 and be listed in VIP prior to submitting a bid or offer on an acquisition conducted in accordance with VAAR Part 819.7007. The VetBiz Database will be checked both upon receipt of an offer and prior to award. New Equipment ONLY; NO remanufactured/recovered material/reconditioned or "GRAY MARKET" items. All items must be covered by the manufacturer's warranty. No telephone requests for information will be accepted. Only emailed requests received directly from the Offeror are acceptable. It is the Offeror s responsibility to ensure the quote is received. Quote must be good for 90 calendar days after close of this Combined Synopsis Solicitation. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at System for Award Management. 2. Statement of Work (SOW): a. SCOPE OF WORK: The purpose of this item is to provide a Microplate Washer with Baseplate. Purchase a microplate washer to accommodate 96 & 384 well plates, and 4L bottles with a waste reservoir. Instrument must include interchangeable 96- and 384-well plate wash heads, and 96 well angled pin cell wash heads to be installed on the base unit without tools, calibration or alignment. Microplate washer must have a plate handling system configurable for barcode reading, to accommodate 50 SBS standard microplates and 20, 40 & 50 plate sizes at one time. Microplate washer should operate in an unattended mode and process microplates at a minimum of 13 minutes. Microplate washer must have comprehensive cleaning programs with reverse flushing capability. Aspirating and cleaning solutions should dispense and aspirate needles for thorough cleaning. Instrument should allow liquid to be purged from the system fluid path and dried with air without the need to connect an empty reservoir to the system. Instrument should be a completely self-contained system without an external vacuum pump or computer. Instrument height should not exceed 8.5 to allow placement on lab benchtop. Weight should be less than 28lbs to be easily moved with the research lab. b. PLACE OF PERFORMANCE: Indiana University 320 W. 15th Street Block Lab NB 211B Indianapolis, IN 46202 c. SALIENT CHARACTERISTICS: Shall be a Microplate Washer with Baseplate Shall allow for interchangeable 96- and 384-well plate wash heads, and 96 well angled pin cell wash heads to be installed on the base unit without tools, calibration or alignment. Can wash a 96 well plate in 11 seconds (single cycle, 300 uL), a 384 plate in 12 seconds (single cycle, 100 uL), and can automatically process 20 microplates in under 13 minutes with addition of a Plate Handling System. Shall offer plate shaking with user-definable shaking time and intensity. Shall have a One-touch automated cleaning: The Microplate washer should have comprehensive cleaning programs that can be instantly initiated from the front panel display. Shall allow the entire fluid path to be cleaned via aspirating cleaning solutions through both the dispense and Shall allow all liquid to be purged from the system fluid path and dried with air without the need to connect an empty reservoir to the system. Should not require an external vacuum pump or computer. The system remains primed with dispense and aspirate submerged in buffer allowing instant start-up after previous use. Aspiration intensity can be adjusted with each individual assay from gentle to vigorous to allow the processing of cell-based assays without damage to the cell layer. All system programming and operations are performed through flat panel display eliminating external buttons, switches or membrane keypads. Shall require a microplate stacker compatible Interface with microplate stacker without the need for additional software. Initial instrument height does not exceed 8.5 to allow placement on bench top automation platforms. d. GOVERNMENT HOLIDAYS: National holidays observed by the Federal Government are as follows: New Year's Day I January Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday will be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by the U.S. Government agencies. Also included would be any day specifically declared by the President of the United States of America as a National Holiday. 3. Applicable Provisions and Clauses: The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions - Commercial Items, with the following added as addenda to the clause, 52.212-4; Addendum to 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.219-27, 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.222-50; 52.223-18; 52.225-13; 52.232-33; 52.232-36; 52.242-5; 52.252-2 insert: https://www.acquisition.gov/Far/loadmainre.html; 52.252-6; 852.203-70; 852.219-10; 852.219-74; 852.232-72; 852.246-71. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial; 52.204-7; 52.204-16; 52.212-2; and 52.212-3. 4. Offer Evaluation and Award. This is a competitive Request for Quotations (RFQ) that will be evaluated under FAR Part 12 and 13. The Government will issue a Firm-Fixed Price Purchase Order resulting from this solicitation to the responsible offeror whose offer conforms to the requirements within this solicitation and will be the most advantageous to the Government. Best Value will be how the quotes are evaluated. The following factors will be used in evaluation: Technical; Delivery; and Price. An Offeror s initial quote shall contain the best terms from a price and technical standpoint. Offerors are reminded that representatives from your company SHALL NOT contact any Indianapolis VAMC personnel to discuss this RFQ during the solicitation and evaluation process. Q&A and RESPONSES ARE DUE: All Questions in response to the Solicitation are due no later than Thursday, June 13th, 2019 at 2:00PM EST. Questions shall be emailed to john.rogers4@va.gov on or before the date and time stated. Any Government responses, answers, and/or comments to all questions will be posted on Thursday, June 13th, 2019, by 2:00PM EST. Responses are due Friday, Thursday June 13th, 2019, at 2:00PM EST. Offers will only be accepted electronically via e-mail to john.rogers4@va.gov Enter RFQ 36C25019Q0917 Microplate Washer in the email subject line. ***** End Word Document - ' FBO-DESCRIPTION' ***** NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-JUN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/CiVAMC/VAMCCO80220/36C25019Q0917/listing.html)
 
Place of Performance
Address: richard L. Roudebush Indianapolis VAMC;1481 West 10th Street;Indianapolis, IN
Zip Code: 46202
Country: USA
 
Record
SN05337446-F 20190613/190611230024 (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.