United States - 66--Multimodal Biomolecular Imager
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 10 September 2019
- Opportunity publication date
- 02 September 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: Sep 01, 2019 11:41 am
COMBINED SYNOPSIS/SOLICITATION FOR AZURE BIOSYSTEMS MULTIMODAL BIOMOLECULAR IMAGER
General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C26019Q0249
Posted Date:
09/01/2019
Original Response Date:
09/10/2019
Current Response Date:
09/10/2019
Product or Service Code:
6640
Set Aside (SDVOSB/VOSB):
SDVOSB
NAICS Code:
334516
Contracting Office Address
Network Contracting Office 20
5115 NE 82nd Ave, Suite 102
Vancouver, WA 98662
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). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01.
The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 1000 Employees.
The Seattle VA Medical Center 1660 S. Columbian Way Seattle, WA 98108 is seeking to purchase a Multimodal Biomolecular Imager. Brand Name or Equal to Azure Biosystems.
All interested companies shall provide quotations for the following:
Supplies
CLIN
QTY
Description
1
1
RGBNIR SAPPHIRE BIOMOLECULAR SCANNER IS1002; LASER SCANNER FOR NIR AND VISIBLE FLUORESCENT IMAGING; INCLUDES: LASER EXCITATION AT WAVELENGTHS 488NM, 520NM, 658NM AND 784NM; DELL LAPTOP COMPUTER-16GB RAM, WINDOWS 10 PRO, 500GB HARD DRIVE, 15.5" SCREEN (1920X1080), 3YR NEXT BUSINESS DAYDELL WARRANTY; SAPPHIRE CAPTURE SOFTWARE; AZURESPOT ANALYSIS SOFTWARE WITH 1 STAND ALONE LICENSE; 12 MONTHS
2
1
CHEMILUMINESCENCE UPGRADE IS1003 UPGRADE SAPPHIRE SCANNER TO CHEMILUMINESCENCE DETECTION
3
1
PHOSPHOR IMAGING UPGRADE IS1004 UPGRADE INFINITY SCANNER TO PHOSPHOR IMAGING
4
5
UPGRADE TO PREMIUM SERVICE AT TIME OF PURCHASE IS2002 UPGRADES THE STANDARD COVERAGE TO 12 MONTHS PREMIUM SERVICE CONTRACT. INCL. 1 PM VISIT
5
1
SAPPHIRE MAT IS1010; DESIGNED FOR FLATTENING MEMBRANES AGAINST THE GLASS SURFACE OF THE SAPPHIRE
6
1
CASSETTE FOR PHOSPHOR SCREEN IS1012 EXPOSURE CASSETTE FOR STORAGE PHOSPHOR SCREEN
7
1
PHOSPHOR SCREEN IS1011 PHOSPHOR STORAGE SCREEN FOR PHOSPHOR IMAGING BAS-MS 20X25CM
8
1
AZURESPOT N20U AC1069 UPGRADE AZURESPOT N3 TO AZURESPOT N20 AT TIME
9
Â
INSIDE DELIVERY SERVICE, USA IS1005 THIS SERVICE INCLUDES DELIVERY OF EQUIPMENT TO THE END USER LAB, INCLUDING UNCRATING, LIFTING TO BENCHTOP IF NECESSARY AND REMOVAL OF ALL PACKAGING
Salient Characteristics:
The system must have four spectrally separated solid state lasers to detect fluorescent (visible through NIR) labeled conjugates and stains.
The system must have the following required detection methods: Photomultiplier tube (PMT), Avalanche Photodiode (APD), Charge-Coupled Device (CCD), Chemiluminescent Module, Phosphor Imaging Module.
The Phosphor imaging module must accomplish filmless autoradiography of thin-layer chromatography plates, membranes, tissue sections, etc.
The system must accomplish simultaneous visible and near infrared (NIR) detection and quantification of four targets within the same experiment.
The system must provide quantitation of simultaneously imaged target through use of normalization to a user-directed channel.
The system must provide proven femtogram detection in chemiluminescent and fluorescent applications
The system must not use / require film
The system must be amenable to multiple assays types to include, but not limited to, the following: Western blot analysis, EMSA, protein arrays, in cell or on cell western, ELISA, Coomassie gel and other visible gel and membrane stain documentation, DNA gel documentation, Northern and Southern blots and tissue section analysis.
The system must be able to provide at least a minimum pixel resolution of 10 microns.
The system must provide a minimum scan speed of 50 cm/ sec
The system must be able to image 4 channel fluorescence 8x10 cm blot at 100um resolution in 6.6 min.
The system must provide each separate fluorescent channel with its own dedicated and optimized laser excitation and emission detection system
The system must provide the following minimum laser diode excitation sources: 488 nm + 3nm, 520nm + 3nm, 658 + 3nm, and 784nm + 3nm
The detection system of Green 565BP24, Red 710BP40, and IR 832BP37 channels must be based on single point detection by Avalanche Photodiodes (APDs) to ensure high quantum efficiency of detected signal.
The detection system of Blue 518BP22 channel must be by the means Photomultiplier tube (PMT), for high internal gain amplification
The detection of phosphor imaging signal must be by the means Photomultiplier tube (PMT), for high international gain amplification
The laser lifetime must exceed 40,000 hours of operation time before failure.
The system must accomplish a linear dynamic detection range of at least 5 orders of magnitude
The system dynamic range must be at least 6 logs
The system must provide data output in at least 16 bit TIFF file for each channel of detection
The system must use a 6.1MP cooled CCD camera or better.
The system must provide a minimum of 60µm imaging for chemiluminescent applications.
The system must provide lens optics of F0.95 for fast imaging
Delivery shall be provided no later than 30 days after receipt of order/award of contract. Delivery terms FOB destination. The contractor shall deliver line item(s)
Deliver to:
Seattle VA Medical Center
Puget Sound Health Care System
Warehouse 90D
1660 S. Columbian Way
Seattle, WA 98108
Country: United States
The Government will award a contract resulting from this solicitation to the responsible quoter whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
This evaluation will be based on Technical and Price, Technical more important than price
Technically acceptable means the offeror must meet all requirements. Partial offers will not be accepted.
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
http://www.va.gov/oal/library/vaar/
The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items OCT 2018
FAR 52.212-3, Offerors Representations and Certifications Commercial Items OCT 2018
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 OCT 2018
The following clauses are incorporated into 52.212-4 as an addendum to this contract:
FAR Number
Title
Date
52.204-18
52.204-13
52.211-6
COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE
SYSTEM FOR AWARD MANAGEMENT MAINTENANCE
BRAND NAME OR EQUAL
JUL 2016
OCT 2018
AUG 1999
52.232-40
PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
DEC 2013
852.203-70
852.211-70
852.219-10
852.219-74
852.232-72
COMMERCIAL ADVERTISING
SERVICE DATA MANUALS
VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE
LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE
ELECTRONIC SUBMISSION OF PAYMENT REQUESTS
MAY 2018
NOV 1984
JUL 2016
JUL 2018
NOV 2018
852.246-71
852.247-71
REJECTED GOODS
DELIVERY LOCATION
OCT 2018
OCT 2018
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders OCT 2018
The following subparagraphs of FAR 52.212-5 are applicable:
(b)(4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109 282) (31 U.S.C. 6101 note).
(b)(8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note).
(b)(22) 22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)).
(b)(25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
(b)(26) 52.222 19, Child Labor Cooperation with Authorities and Remedies (JAN 2018) (E.O. 13126).
(b)(27) 52.222-21, Prohibition of Segregated Facilities (APR 2015).
(b)(28)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246).
(b)(29)(i) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212).
(b)(30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
(b)(31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212).
(b)(33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627).
(b)(42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
(b)(46) 52.225-1, Buy American Supplies (MAY 2014) (41 U.S.C. chapter 83).
(b)(49) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
(b)(55) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332).
All quoters shall submit the following: A copy of the quote or offer, a copy of their authorized distributor letter. If quoting Equivalent Product, a detailed demonstration of equivalency is required.
All quotations, shall be e-mailed to Gregory.watson2@va.gov. Please include the solicitation number (36C26019Q0249) in the subject line.
This is an open-market combined synopsis/solicitation for products as defined herein.  The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quote shall list exception(s) and rationale for the exception(s).
Submission shall be received not later than 5 PM PST on 09/10/2019 e-mailed to Gregory.watson2@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed will be accepted.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist Gregory Watson Gregory.watson2@va.gov .
Point of Contact
Gregory Watson
Contract Specialist, Supply Team 2, Medical Equipment
Network Contracting Office (NCO) 20
US Department of Veterans Affairs
Office: (360) 553-7602
Email: gregory.watson2@va.gov
- Opportunity closing date
- 10 September 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of Veterans Affairs Department of Veterans Affairs Medical Center United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.