The RFP Database
New business relationships start here

Lab Microscopes


Hawaii, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C26119Q1300
Posted Date:
September 16, 2019
Original Response Date:
September 23, 2019, 3PM EST
Current Response Date:
September 23, 2019, 3PM EST
Product or Service Code:
6640
Set Aside (SDVOSB/VOSB):
SDVOSB
NAICS Code:
333314
Contracting Office Address
Department of Veterans Affairs
Network Contracting Office 21
3375 Koapaka Street, Suite F250
Honolulu, HI 96819

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 quotation (RFQ). The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019 06
effective 09/10/2019.

The associated North American Industrial Classification System (NAICS) code for this
procurement is 333314 with a small business size standard of 500 employees.

The VA Northern California Health Care System is seeking to purchase laboratory light microscopes.

All interested companies shall provide a quotation for the following:




Supplies

***See attachment for all 0151 line items***
***See attachment for the Statement of Work***

Salient Characteristics:
BX43 Microscope (Brand Name or Equal):
Must have polarization (for gout determination), phase contrast with a 10X, 40X and 100X oil objectives to be able to visualize gout crystals in body fluids and phase for body fluid elements.
A full flexible three-dimensional adjustment of the observation tube must be possible
Observation tube must be a widefield, tilting binocular
Observation tube must have 5-35 degrees continuous variability
Observation tube must have an interpupillary distance adjustment of 50-76 mm
Must include a light intensity manager for uniform brightness
Must have optimal lighting for pathology and cytology
Must have a white LED with high color rendering
Must be suitable for cellular tissue observation
Must have a low magnification condenser that allows a magnification range from 2x to 100x
Vertical stage movement: 25 mm stage stroke with coarse adjustment limit stopper, torque adjustment for coarse adjustment knobs, stage mounting position variable, and high sensitivity fine focusing knob (minimum adjustment gradations: 1 um)
Must have a universal 6-position revolving nosepiece
The microscope must have a ceramic-coated coaxial stage with left or right hand low drive control. It must have a rotating mechanism and torque adjustment mechanism.
Microscope must be able to use a wide-range of condensers
Microscope must be adaptable to meet future requirements
Dimensions:
274.5 (W) x 362 (D) x 410 (H) mm
Weight: approximately 13 kg
Power Requirements: 100V-240Vac 50/60 Hz, 0.4 A
Must have at least 1-year warranty
Must include installation
BX46 Microscope (Brand Name or Equal):
Must be designed for routine pathology and cytology
Must be able to provide the user to maintain the ideal, ergonomic posture which allows for the natural soft S curvature
The microscope must have 3-dimensional adjustability
Must have a stage that is positioned 128mm above the desk surface
Must have a remote exposure knob to allow image acquisition at the touch of a button without requiring the user to turn away from a microscope
Must be able to continuously observe using objective magnifications from 4x to 100x without the need to swing the condenser s front lens out of the light path
Must be able to be adapted for use in the detection of gout
The observation method must be simple polarized light and brightfield
Must have a fixed low stage nosepiece focus
Must have 15mm focus stroke with course adjustments limit stop
Must have torque adjustment for course adjustment knobs
Must have high sensitivity fine focusing knob (adjustment gradations: 1 m)
Must have a built-in Koehler illumination for transmitted light, light intensity manager switch
Must have high color reproductivity 2 W LED light source
Must have a manual terret intermediate magnification changer
Must have a standard manual type revolving nosepiece that has 5 built-in positions
Must have a mechanical stage
Stage must be ceramic-coated coaxial stage with left- or right-hand low drive control, rotating mechanism and torque adjustment mechanism
Must be able to include the following widefield observation tubes:
Binocular
Tilting Binocular
Trinocular
Tilting Trinocular
Ergonomic Tilting Binocular
Tilting, Telescopic, Lifting Binocular
Dimensions:
274.5 (W) x 362 (D) x 548 (H) mm
Weight: 17 kg
Must have a microscope option that allows for teaching residents
Must have at least 1-year warranty
Must include installation
BX53 Microscope (Brand Name or Equal):
Must have an LED illuminator equivalent in brightness to a 100 W halogen lamp to deliver brightness that is ideal for teaching and polarized light applications
Must have ergonomic observation tubes that enable you to adjust the inclination angle, extend the tube, and adjust the tube height
Optical System: UIS2 optical system
Focus:
Vertical stage movement: 25 mm stage stroke with coarse adjustment limit stopper, torque adjustment for coarse adjustment knobs, stage mounting position variable, high sensitivity fine focusing know (minimum adjustment gradations: 1 m)
Illuminator: Built-in Koehler illumination for transmitted light, light preset switch, light intensity manager switch, high color reproductivity 14 W LED light source (Brightness: equivalent to or brighter than a 100W halogen lamp, LED light emission method: 405nm excited RGB fluorescence substance)
Revolving nosepiece: Interchangeable reversed quintuple/coded quintuple/sextuple/septuple/coded sextuple/coded septuple nosepiece
Observation tube:
Widefield tilting trinocular
Widefield trinocular
Widefield tilting binocular
Widefield tilting, telescoping and lifting binocular
Widefield ergo binocular
Widefield binocular
Super widefield trinocular
Super widefield erect image tilting trinocular
Stage:
Ceramic-coated coaxial stage with left- or right-hand low drive control: with rotating mechanism and torque adjustment mechanism, optional rubber grips and stage handle extension adapter available (nonstick groove coaxial, plain, rotatable stages are also available)
Fluorescence illuminator:
Multi-purpose coded type (FN 22, 8-position mirror unit turret, 4-position ND slider)
Economical type (FN 26.5, 8-position mirror unit turret
Fluorescence light source: 100 W Hg apo lamp housing and transformer, 100 W Hg lamp housing and transformer, 75 W Xe lamp housing and transformer or 130 W Hg light guide illumination
Must include installation
Must have at least 1-year warranty


The delivery/task order period of performance is Upon Delivery and Acceptance.

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) 0001 through 0151
to The VA Northern California Health Care System. See Place of Performance for Delivery Addresses.
Place of Performance
Sacramento VA Medical Center (1 BX43, 2 BX46, 1 teaching BX46, 1 teaching BX53)
10535 Hospital Way
Mather, CA 95655

Martinez VA OPC (1 BX43)
150 Muir Rd
Martinez, CA 94553

Redding VA OPC (1 BX43)
351 Hartnell Ave
Redding, CA 96002

Oakland VA OPC (1 BX43)
2221 Martin Luther King Jr Way
Oakland, CA 94612

Award shall be made to the quoter whose quotation offers the lowest price technically
acceptable. The government will evaluate information based on the following evaluation
criteria: (1) technical capability factor, meeting or exceeding the requirement, (2) price.

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 (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).
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Aug 2019).

The following subparagraphs of FAR 52.212 5 are applicable:

Subparagraph (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).
Subparagraph (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).
Subparagraph (b)(22) 52.219 28, Post Award Small Business Program Rerepresentation (Jul
2013) (15 U.S.C 632(a)(2)).
Subparagraph (b)(25) 52.222 3, Convict Labor (June 2003) (E.O. 11755).
Subparagraph (b)(26) 52.222 19, Child Labor Cooperation with Authorities and Remedies
(JAN 2018) (E.O. 13126).
Subparagraph (b)(27) 52.222 21, Prohibition of Segregated Facilities (APR 2015).
Subparagraph (b)(28)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246).
Subparagraph (b)(33)(i) 52.222 50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C.
chapter 78 and E.O. 13627).
Subparagraph (b)(42) 52.223 18, Encouraging Contractor Policies to Ban Text Messaging While
Driving (AUG 2011)
Subparagraph (b)(55) 52.232 33, Payment by Electronic Funds Transfer System for Award
Management (Oct 2018) (31 U.S.C. 3332).

The following FAR/VAAR clauses apply to this solicitation:
FAR 52.204-7 System for Award Management (Oct 2018)
FAR 52.204-16 Commercial and Government Entity Code Reporting (July 2016)
FAR 52.211 6 Brand Name or Equal (August 1999)
FAR 52.247 34 FOB Destination (Nov 1991)
VAAR 852.203 70 Commercial Advertising (MAY 2018)
VAAR 852.219 10 VA NOTICE OF TOTAL SERVICE DISABLED VETERAN OWNED
SMALL BUSINESS SET ASIDE (JUL 2019)
VAAR 852.232 72 Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.246 71 Rejected Goods (OCT 2018)
VAAR 852.247 73 Packing for Domestic Shipment (OCT 2018)
VAAR 852.273 70 Late Offers (JAN 2003)

This solicitation does not have a Defense Priorities and Allocation System (DPAS) rating.

All quoters shall submit the following: 1 copy of the quotation and authorized distributor letter. Quotes shall include the name of company, business title, email address and phone number, GSA/SEWP/FSS Contract Number (to include expiration date), Duns Number, and Small Business Status. All vendors must be properly registered in the System Award Management database (SAM) and Vetbiz.gov.

Vendors will submit one quotation for the purchase of the equipment and match the requirements outlined in this RFQ. In the quotes, vendors will indicate whether their solution has MET, NOT MET or MET WITH QUALIFICATIONS for each line item (MET WITH QUALIFICATIONS will require a detailed listing of non-compliance. Vendors are required to respond to each item individually in the document. Include the specification and text in your response document to facilitate review.

All quotations shall be e mailed directly to Moneque Rodriguez at moneque.rodriguez@va.gov,
the sole designated E mail address and inbox for receipt of E mail submissions. No other
electronic means of submission, used in whole or in combination with E mail, is permitted. No
other method of submission is acceptable.

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:"
Quoters shall list exception(s) and rationale for the exception(s).
Submission shall be received not later than September 23, 2019, 3PM EST at
moneque.rodriguez@va.gov. Late submissions shall be treated in accordance with the
solicitation provision at FAR 52.212 1(f). Only e mail quotes will be accepted.

Any questions or concerns regarding this solicitation should be forwarded in writing via e mail
to the contract specialist, Moneque Rodriguez at Moneque.Rodriguez@va.gov.
Point of Contact
Moneque Rodriguez
Contract Specialist, Supply Team
Department of Veterans Affairs
Network Contracting Office 21
3375 Koapaka Street, Suite F250
Honolulu, HI 96819
Email: Moneque.Rodriguez@va.gov

Moneque Rodriguez
Department of Veterans Affairs
Network Contracting Office 21
3375 Koapaka Street, Suite F250
Honolulu, HI 96819
Email: Moneque.Rodriguez@va.gov

Moneque.Rodriguez@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP