Special Notice
Request for Information Only
The Department of Veterans Affairs, NCO20 is looking for sources of the following.
Department of Veterans Affairs
Seattle VA Medical Center
Overview: Seattle VAMC requires Prospective contractors to provide the following 1 ea Envision HTS Plate Reader. Brand Name or Equal per FAR 52.211-6 Brand Name or Equal to PerkinElmer Health Sciences Inc.
1 EA Envision HTS Plate Reader
Objective: To Provide the The Seattle VAMC a multi-mode plate reader. The VISN20 MIRECC will conduct high throughput screening for disease nodes and modifiers related to cellular processes involved in traumatic brain injury. The MIRECC requires a multimode plate reader with the capacity to perform certified alphascreen, luminescence, absorbance, DELFIA, LANCE and TRFexcitation / detection capabilities with the ability to read up to 3456 well plate using fluorescence intensity mode.
Salient Characteristics
The reader must be of photomultiplier tube design (PMT) with optimized dichroic mirror blocks specific to each label that are bar coded for identification.
The reader must have bar coded excitation and emission filters and mirror blocks for identification.
The reader must be modular and able to hold up to five optimized dichroic mirror blocks simultaneously with automatic switching
The reader must use monochromator technology for fluorescence intensity and absorbance assays.
The reader must be able to read on the fly and able to measure a 1536 well plate in approximately 40 seconds.
The reader must be able to read up to 3456 well plate using fluorescence intensity mode.
The reader must be able to use and detect Image Flashplate technology.
The reader must be of dual emission high throughput design.
The reader must come equipped with certified alphascreen, luminescence, absorbance, DELFIA, LANCE and TRFexcitation / detection capabilities.
The reader must come equipped with at least three laser excitation options (337nm, 680nm and 775nm).
The reader must be able to use 100-240 V, 50/60 Hz power sources with standard-type U.S. receptacle plugs.
The reader must be able to perform shaking with three modes: linear, orbital and double orbital
The system must not exceed a physical footprint of (WxDxH) 42cm x 55cm x 58cm
The system must have a compatible, proven 20 plate stacker for high throughput capacity.
The system must come complete with Umbelliferone, 340/25, FITC, 450/8, 492/8, 615/8.5, BODIPY TMR, Cy5 and TRF LASER Dual Emission Labels excitation and detection capacities.
GREY MARKET REQUIREMENTS
(a) Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable.
(b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.
(c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.
This is not a request for competitive quotes; however, any firm that believes it can meet these requirements vendor may give written notification to the Contracting Officer within 6 days from the date of the publication of this synopsis.
Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Only authorized representatives of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Responses are due by 08/04/2019 11:59 pm PST.
In accordance with FAR and VAAR Part 8 and/or 13, this notice document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, 19 Jan
2017. The North America Industry Classification System Code (NAICS) is 334510. Business
Size Standard is 1250 Employees.
Contracting Office Address:
Department of Veterans Affairs
NCO 20 Acquisitions
5115 NE 82nd Ave Suite 203
Vancouver, WA 98662
Contracting POC
Gregory Watson
360-553-7602
[email protected]
DISCLAIMER
This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
Bid Protests Not Available