Federal Bid

Last Updated on 18 Jul 2023 at 6 PM
Combined Synopsis/Solicitation
Indianapolis Indiana

6640--Histocore Biocut Rotary - Manual

Solicitation ID 36C25023Q0917
Posted Date 18 Jul 2023 at 6 PM
Archive Date 26 Jul 2023 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office 250-Network Contract Office 10 (36c250)
Agency Department Of Veterans Affairs
Location Indianapolis Indiana United states 46202
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 announcement constitutes the only solicitation for quote to be requested with no other form of written solicitation to be issued. This solicitation RFQ- 36C25023Q0917 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95/ 01-13-2017. The North American Industry Classification System (NAICS) number is 339112. This is a solicitation only pertaining to a Histocore Biocut Rotary or equivalent. Note: this is a Brand Name or Equal item (s) solicitation. Vendor to supply necessary materials and/or parts for the requirements listed below. Materials and parts will be delivered to; Roudebush VA Medical Center, 1481 W. 10th St., Indianapolis, IN 46202, FOB destination. Requirements: Description Minimum requirement HistoCore Biocut Microtome Biocut Silver service (1 year) HI1210 000 127V 50 60HZ Power Cord NEMA5 15 Low profile disposable White Glove Delivery Total Note: Must include White Glove Delivery. Type: Manual Precision, section thickness range should be between 0.25 to 100 m with increments in the range of 0.5 m, 1 m, 5 m Accuracy Stability Durability The machine should have a high-quality cutting blade An adjustable cutting speed A specimen holder that can securely hold the sample in place during cutting Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. Contractor shall provide an authorized distribution letter. The Contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized Contractor reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The Contractor shall provide new items ONLY; no remanufactured/used or "gray market" items. All items must be covered by the manufacturer's warranty. The following additional provisions apply: 52.211-6 Brand Name or Equal to item (s) 52.212-2, Evaluation-Commercial Items, the Government will award a contract/purchase order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is determined to be the most advantageous to the government; technical, price, estimated delivery time, warranty, and past performance considered. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer unless SAM registered which must be noted in the quote. 52.212-4, Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. 52.212-5, Contract Terms and Conditions-Commercial Items. The following additional clauses apply: Purchase order (SF 1449) will be awarded to the winning bid with submission of Invoice through Tungsten upon delivery of ALL items listed on spreadsheet. From the VAAR the following apply: 852.232-72 Electronic submission of payment requests. All invoices must be submitted to Tungsten for payment processing. The PO number must appear on all invoices, packing slips, shipping labels, and/or correspondences to the contracting officer. 852.246-71 Inspection of all parts will be held. If goods are rejected, they will be held for 15 days, if not replaced, the rejected merchandise will be returned to the contractor at their risk and expense. Payment of invoice will be delayed. The PO number must appear on all invoices, packing slips, shipping labels, and/or correspondences to the contracting officer. Contact: Rachel MacRae, Contracting Specialist, via email at [email protected]. No telephone inquiries will be accepted. Only written inquires received directly for the offeror are acceptable. All quotes must be received by 7/21/2023 by 4:00pm EST to Rachel MacRae ([email protected]).
Bid Protests Not Available