United States - 66--Eppendorf CryoCube F740hi ULT Freezer

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
11 July 2019
Opportunity publication date
04 July 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jul 03, 2019 1:33 pm

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information

Document Type:

Combined Solicitation/Synopsis

Solicitation Number:

36C24E19Q0099

Posted Date:

3 July 2019

Original Response Date:

11 July 2019, 12:00 p.m. EDT

Current Response Date:

11 July 2019, 12:00 p.m. EDT

Product or Service Code:

6640

Set Aside (SDVOSB/VOSB):

VOSB

NAICS Code:

333415

Contracting Office Address

VHA Regional Procurement Office East

323 North Shore Drive, Suite 500

Pittsburgh, PA 15212

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a Request for Quotations (RFQ); Solicitation Number: 36C24E19Q0099. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular.

The associated North American Industrial Classification System (NAICS) code for this procurement is 33415, with a small business size standard of 1250.

The VHA RPO-East Contract Office is seeking to purchase:

All interested companies shall provide quotations for the following:

Supplies Statement of Need (SON)

Contract Description and Requirements

The VAMC Tennessee Valley Healthcare System Research and Development department has a requirement to purchase an ultra-low temperature freezer to store research samples for funded on-going and long-term studies. A firm-fixed price contract will be awarded for the purchase of Brand Name or Equal equipment in accordance with all terms, conditions, provisions, specifications, and schedule of this solicitation herein. Quotes shall contain the quoter s best terms for cost/price and technical capabilities of the required Eppendorf CryoCube F740hi or equivalent equipment. The government reserves the right to award without discussion.

Pricing

The quoter shall submit price quotes for the required brand name or equal equipment, to the specifications listed in the Required Products and Specifications section below. Please enclose the established price list and description of capabilities and product specifications for the required equipment. The quoter shall submit a separate price sheet for equal items to include Manufacturer Name, Stock/Part #, Unit of Issue, and Price.

Note: the quoter should include a description of any support services or warranty information in the technical quote.

Required Products and Specifications

Eppendorf CryoCube F740hi series Ultra-low Temperature Freezer, or equal, equipment in support of research studies.

Item Information

Line Item

Description

Quantity

Unit Price

Total Price

0001

CryoCube F740 hi 3/DL/a C02 208V US

F740422015

1

EACH

0002

Freezer Rack Side Access CC 3Sh 2in

K0641-CC32

12

EACH

0003

Freezer Rack: CryoCube® F740 series (3-compartment, MAX), 4in or 102mm, side access, stainless steel

6001071410

6

EACH

0004

Eppendorf TCA-3 Temperature Monitor, 120 V/60 Hz

P0625-1630

1

EACH

0005

LABOR3-ULT Complete 5/5 Warranty; Extra 3 years of Labor, for New Brunswick ULT Freezers

5 year parts and labor warranty

1

EACH

Product Capabilities and Salient Characteristics or equal

The VAMC Tennessee Valley Healthcare System Research and Development department require an ultra-low temperature freezer for long-term storage of research samples. The Eppendorf CryoCube F740hi or equal must:

Provide a proven two-stage, heavy duty cascade compressor system that provides reliable operation and quick pull-down and recovery times;

Have state-of-the-art temperature monitoring system to include:

Integrated features of an alarm, a chart recorder, and an autodialer;

Communicates real-time temperature information 24 hours a day/7 days per week to designated contact via power-over-ethernet to designated contact s electronic device of choice allowing real-time monitoring of freezer temperature from any web-enabled device located anywhere in the world;

Continuous, real-time monitoring records infinite data points for the lifetime of the monitor;

Allows designated contact to establish points-of-contact remotely from mobile device for the company to contact if freezer temperature goes above a specified level;

Allows designated contact to customize device to send notifications by email, phone, and text message to whomever designated contact specifies in the event of an alarm; allows designated contact to establish and change points-of-contact remotely from any web-enabled device;

Microsoft Excel compatible report generation;

Firewall compatible;

No monthly service fees;

Have a CO2 back-up system and necessary connections/ports;

Have an integrated voltage inverter that acts as an in-line voltage boostbuck stabilizer to even out high and low fluctuations and maintain stable power and allows easy switching between 115 V and 208-220 V power sources;

Have polyurethane foam insulation + Vacupor NT vacuum insulation panels to increase thermal performance and maintain long-term temperature integrity and uniformity;

Have Grade 304 2B stainless steel chamber and shelving which is easy to clean, highly resistant to rust and corrosion, and has superior durability;

Have extremely thick (e.g. 30 mm thick), sturdy insulated inner doors with gaskets, minimizing cold air loss while accessing samples, improving uniformity and decreasing ice buildup;

Have an electronic door lock mechanism with unique PIN or password protected access and multiple user levels to prevent unauthorized alteration of temperature or alarm settings;

Have event logging tracks when each user opens the outer door and the duration of door openings;

Have USB output of diagnostics and eight weeks of temperature and event data;

Have the capacity of 740 liters (26.13 cubic feet);

Have three-shelf: 18 racks (17.6 in. height);

Have flexible configuration that will allow racks to be configured to accommodate both 2-inch boxes and 4-inch boxes;

Can hold great than 570 two-inch boxes;

Include a warranty, to cover parts and labor for a minimum of five (5) years. Warranty shall include:

Greater than twelve (12) years on Vacuum Insulated Panels;

Software updates and upgrades;

Support, repair and replacement by phone, email, or on-site;

Engineering reliability upgrades;

Include installation and training:

Training shall be provided by a representative of the company at no extra cost.

Training shall occur on the campus of VAMC Tennessee Valley Healthcare System

Training shall occur within 1 month of receiving the equipment; and

Include telephone access to company representatives required 365 days per year.

The product capabilities and salient characteristics identified above by a brand name or equal" description are intended to be descriptive, not restrictive, and to indicate the quality and characteristics of the product that will be satisfactory. Quotes offering "equal" products (including products of the brand name manufacturer other than the one described by the brand name) will be considered if such product is clearly identified in the quote and is determined by the VA to meet fully the salient characteristics on above products. If offering an equivalent product, the brand name of the equivalent product shall be clearly identified in the quote. Unless visibly identified as an equivalent product, offered items shall be considered as the brand name product referenced in this announcement.

The evaluation of quotes and the determination as to the equality of the products shall be the responsibility of the Government and shall be based on information provided by the quoter. The Government is not responsible for locating or securing any information not provided in the quotation by the quoter. To ensure that sufficient information is available, the quoter must furnish, as a part of the quote, all descriptive material necessary for the purchasing activity to determine whether the products meet the salient characteristics of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement shall include a clear description of the proposed modification and clearly mark any descriptive material to show the proposed modification. Quotations that do not have descriptive material will not be considered for award.

Place of Performance

Address:

BLDG ACRE F2332

1310 24th Ave S

Nashville, TN 37212-2637

Award shall be made to the quoter whose quotation offers the lowest price technically acceptable.

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:

FAR 52.212-1, Instructions to Offerors Commercial Items

FAR 52.212-3, Offerors Representations and Certifications Commercial Items

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:

FAR 52.212-4, Contract Terms and Conditions Commercial Items

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders

All quotations shall be sent to Shannon.Hukriede@va.gov and Keith.Costantino@va.gov, and reference Solicitation 36C24E19Q0099 in the subject line of the email.

This is an open-market combined synopsis/solicitation for products as defined herein.

Submission shall be received not later than 11 July 2019, 12:00 p.m. EDT. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only emailed quotes will be accepted.

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Shannon.Hukriede@va.gov and Keith.Costantino@va.gov.

Opportunity closing date
11 July 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs VA Service Area Organization East United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?