Page 2 of 4
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS
General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C24E19Q0079
Posted Date:
07/31/2019
Original Response Date:
08/07/2019
Current Response Date:
08/07/2019
Product or Service Code:
6650 Optical Instruments, Test Equipment, Components and Accessories
Set Aside (SDVOSB/VOSB):
Cascading Set-aside (see cascading instructions below)
NAICS Code:
333314 Optical Instrument and Lens Manufacturing
Contracting Office Address
US Department of Veterans Affairs
Regional Procurement Office East
Research and Development Team
323 North Shore Dr.
Pittsburgh, PA 15212
Description
This is an open market 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 separate written solicitation document will not be issued.
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.
This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92.
The associated North American Industrial Classification System (NAICS) code for this procurement is 333314, with a small business size standard of 500 employees.
The Regional Procurement Office, Research and Development Team based in Pittsburgh is seeking to procure one (1) Zeiss LSM 800 Microscopic system, or an equal/better item in accordance with the specifications.
All interested companies shall provide quotation(s) for the following:
Supplies
Line Item
Description
Quantity
Unit Price
Total Price
0001
LSM 800 GaAsP; 4 Laser Confocal, Axio Imager Z2: Motorized Upright Stand, Motorized Scanning Stage, Zeiss Colibri-7 LED Light Source, Objectives, Axiocam 506 Monochrome CCD camera, Vibration Isolation Table and Compressor, and a Protect Premium Service Contract. All items are Zeiss (or equal)
1
The following are the minimum requirements for the proposed instruments:
Laser Scanning Microscope (LSM) scanning module Confocal Microscope
Z2 Upright Microscope
Motorized scanning stage
Motorized, 6 position objective nosepiece with capability for DIC
Automatic Component recognition
Focus Linear Sensor
Light source
7 LED solid State Light Source
Monochrome CCD for widefield imaging
Scanning Module
Optics: Diffraction-limited excitation and imaging from 400-720 nm
Scanners: Two independent, galvanometric scan mirrors with ultrashort line and frame flyback
Scan resolutions from 4x1 up to 6144 x 6144 pixels in confocal mode and up to 4096 x 4096 pixels in superresolution mode
Scan zoom from 0.5x to 40x
Scan rotation: Freely rotatable scan field (0-360ð) and free XY offset.
Objectives
2.55x0.16 WD, 10x0.45 WD, 20x0.8, 40x1.4 Oil DIC (UV) VIS-IR, 63x1.4 Oil DIC M27 with high numerical apertures
Pinhole
Apochromatic, monolithic pinhole optics
Detectors
Two channel GaAsP system
Signal-to-noise ratio >15.0 and signal-to-background ratio>160.0
4 Laser Line Confocal
4 solid state lasers: 405 nm, 488 nm, 561 nm, 640 nm
Workstation with 32 GB memory and 27 monitor
Monochrome Research Camera
Vibration Isolation table
ZEN Basic Software
3-year Warranty Coverage
This is a BRAND NAME OR EQUAL REQUIREMENT for a Zeiss LSM 800 system with Airyscan, Multi-photon Confocal Microscopic system or an equal (or better) system in accordance with the salient characteristics and the solicitation specifications. Any equivalent products shall meet, or exceed, all of the salient characteristics shown above. All responses shall include product information that demonstrates equivalency to the salient characteristics.
Delivery:
Address:
Los Angeles, VAMC
Los Angeles, CA
The following provisions apply to this acquisition:
52.212-1, Instructions to Offerors Commercial, (ix) A statement regarding the applicability of
Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer.
52.212-4, Contract Terms and Conditions Commercial Items,
52.211-6, Brand Name or Equal
852.211-73, Brand name or equal.
852.246-70, Guarantee
The following subparagraphs of FAR 52.212-5 are applicable:
(a) All
(b) Sections (1)(4)(8)(16)(21)(22)(26)(27)(28)(29)(30)(31)(32)(33)(42)(46)(49)(55)
(d) All
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
In accordance with 52.212-2, Evaluation Commercial Items, the following will be used to evaluate offers: Award shall be made to the offeror whose quotation offers the best value to the government, considering the cascading procedures outlined below, technical capability, and price. The government will evaluate information based on the following evaluation criteria: (1) meeting the cascading rule of two under any tier; (2) technical capability factor "meeting or exceeding the requirement , and (3) price".ÃÂ ÃÂ
Additional contract requirement(s) or terms and conditions determined by the contracting officer:
Set Aside Cascading set-aside procedures with the order of precedence as follows:
1. In accordance with FAR Subpart 19.1405 and VAAR Subpart 819.7005, any award under this solicitation will be made on a competitive basis first to an eligible Service Disabled Veteran Owned small business [SDVOSB] concern provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Service Disabled Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States.
2. If there is inadequate competition for award to an SDVOSB concern, the SDVOSB set-aside shall be withdrawn and cascaded to the next contracting order of priority in accordance with VAAR 819.7004, which is Veteran Owned Small Businesses (VOSB) and conducted in accordance with the procedures set forth in VAAR 819.7006 provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States.
3. If there continues to be inadequate competition between SDVOSB and VOSB concerns, the cascading will continue through the contracting order of priority in accordance with VAAR 819.7004 and FAR 19.203. If the contracting officer determines that offers from small business concerns do not meet the solicitation requirements in terms of technical acceptability, past performance, and fair market price, the small business set-aside[s] will be withdrawn and award will be made on the basis of full and open competition.
Adequate competition:
Adequate competition shall be deemed to exist if At least two competitive offers are received from qualified, responsible business concerns at the set-aside tier under consideration; and Award could be made at fair market price as determined in accordance with FAR 19.202-6.
The VA contracting officer reserves the right to consider competitive proposals submitted from all responsible offerors (including large businesses) in determining the fair market price.
Due date and submission of quotes:
Submission shall be received not later than 8/07/2019 at 10:00 AM and shall be directed electronically to
[email protected]. Offers shall be marked with the solicitation number.
Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Faxed and telephone offers will not be accepted.
Information regarding the solicitation may be addressed to the Contracting Officer, Michael Haydo,
[email protected]
Bid Protests Not Available