This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice in conjunction with procedures in FAR Part 13. This announcement constitutes the only solicitation; a written solicitation will not be issued.
The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b)(1). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received prior to 08/21/2013 will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
The solicitation number, VA261-13-Q-1627 is issued as a Request for Quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69 effective August 1, 2013 and Veterans Affairs Acquisition Regulation Supplement (VAAR) current to September 13, 2012. The North American Industry Classification System (NAICS) Code for this acquisition is 334517, Size Standard: 500.
Requirement Description:
Item Information
ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
1 Stereo Investigator - Standard: Advanced software for Design Based Stereology: Automated workflows for Optical Fractionator -Automated workflows to acquire multi-channel fluorescent 3D image stacks wi
LOCAL STOCK NUMBER: SS-15 - 1.00 EA __________________ __________________
2 Image Stack Extension Module - Adds the capability to analyze confocal, brightfield and widefield fluorescence 3D image stacks. Also adds the capability to create and export brightfield and widefield
LOCAL STOCK NUMBER: NS-21 - 1.00 EA __________________ __________________
3 Stereo Investigator 3-Year+ Software Upgrade and Support Subscription. For new systems or renewals less than 2 years old. Provides 42 months of service for the cost of 36. BONUS 6 months of service ha
LOCAL STOCK NUMBER: NM-21 - 1.00 EA __________________ __________________
4 3-axis computer-controlled stepping motor system comprised of 4"x3" XY stepping stage with linear encoders (0.05um resolution, <3um accuracy), Z-axis motor (0.1um resolution), joystick, slide holder a
LOCAL STOCK NUMBER: MS-86 - 1.00 EA __________________ __________________
5 Software integration module for controlling motorized stage.
LOCAL STOCK NUMBER: MS-S6 - 1.00 EA __________________ __________________
6 Focus Measurement Encoder. Provides accuracy to 0.1um of the actual microscope stage focus position. Achieves closed-loop focus operation for more accurate Z-axis measurements. Includes microscope mou
LOCAL STOCK NUMBER: ME-10 - 1.00 EA __________________ __________________
7 Color Cooled Camera. 2/3" chip, 1360H x 1036V picture elements native output at 10 frames per second. Multiple alternative binning modes (up to 8x8 or subframed) at faster frame rates. 36-bit color, 1
LOCAL STOCK NUMBER: DV-40 - 1.00 EA __________________ __________________
8 Adjustable C-Mount Adapter - 60N to C-Mount, 1.0x
LOCAL STOCK NUMBER: ZCM-10a - 1.00 EA __________________ __________________
9 64-bit PC workstation. Intelr Quad Core Xeon Processor E5-1620, 3.6GHz, 10MB L3 cache, 16GB DDR3 1600MHz SDRAM, 2x500GB HD's in RAID 1 configuration. 635w power supply, 1GB GDDR5 video card (dual DVI
LOCAL STOCK NUMBER: PC-90a - 1.00 EA __________________ __________________
10 27-inch LCD flat panel monitor with IPS. 2560 x 1440 pixel native resolution. 350 cd/m? Brightness, 1,000:1 contrast ratio. 6ms response time, 2x DVI-D with HDCP, HDMI, VGA, Composite, Component, 8-in
LOCAL STOCK NUMBER: ML-24 - 1.00 EA __________________ __________________
11 24-inch LCD flat panel monitor (WUXGA). 1920 x 1200 pixel native resolution. 6ms response time. 3-year warranty
LOCAL STOCK NUMBER: ML-21 - 1.00 EA __________________ __________________
12 Microsoft Office Professional Edition 2010, with Adobe Acrobat X - STD Software support and training provided by the manufacturer and not offered through MBF Bioscience.
LOCAL STOCK NUMBER: PC-40 - 1.00 EA __________________ __________________
13 Symantec Norton Internet Security 2012 - AntiSpyware Edition Software support and training provided by the manufacturer and not offered through MBF Bioscience.
LOCAL STOCK NUMBER: PC-10 - 1.00 EA __________________ __________________
14 1500VA Uninterruptable Power Supply (UPS) battery backup/surge protector
LOCAL STOCK NUMBER: PC-42a - 1.00 EA __________________ __________________
15 System integration fee. System testing/QA activities performed at MBF Bioscience, prior to system delivery. PC is supplied by MBF
LOCAL STOCK NUMBER: SI-10 - 1.00 EA __________________ __________________
16 Calibration grid slide with reference grid squares in dimensions of 25um and 250um increments
LOCAL STOCK NUMBER: CS-10 - 1.00 EA __________________ __________________
17 Standard MBF Toolkit: (1) Extra long metric ball hex wrenches (1.5, 2.0, 2.5, 3, 4, 5mm). (1) English ball hex wrenches (5/64 to 5/16"). (1) Screwdriver set (slotted 1, 2, 3, 4mm, phillips #000, #00,
LOCAL STOCK NUMBER: TK-10 - 1.00 EA __________________ __________________
18 Three days of onsite installation/training. Installation and training details to be determined in conjunction with trip scheduling. A portion of this time may be converted to remote online training, a
LOCAL STOCK NUMBER: OS-34 - 1.00 EA __________________ __________________
19 Shipping and handling
LOCAL STOCK NUMBER: SH-10c - 1.00 LT __________________ __________________
20 Shipping insurance
LOCAL STOCK NUMBER: IN-10 - 1.00 LT __________________ __________________
21 Combined Support Subscription Update: For Neurolucida and Stereo Investigator. This applies to any software licenses which have lapsed for a period greater than four years, but less than six years. Re
LOCAL STOCK NUMBER: NM-94 - 1.00 EA __________________ __________________
22 Combined 1-Year Neurolucida and Stereo Investigator Annual Software Upgrade and Support Subscription. Includes software upgrades and technical support.
LOCAL STOCK NUMBER: NM-30 - 1.00 EA __________________ __________________
GRAND TOTAL __________________
Note: Offers of "equal" products - Offeror must clearly indicate in its offer that the product being offered is an "equal" product. The "equal" product must have the same physical, functional, or performance characteristics as the items referenced above. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
Salient characteristics:
- Must be compatible with existing microscope in the lab
- Must be compatible with existing microscope in the lab and must have data file compatibility with the existing MBF system in the lab.
- Must have the capability to control all Zeiss hardware.
SOLICITATION PROVISIONS/CONTRACT CLAUSES:
FAR Number Title Date
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS
For the purposes of this clause items (b) 1, 4, 6, 7, 8, 12, 21, 23, 26, 27, 28, 29, 30, 31, 32, 33, 34, 35, 38, 39,42, 45, 48 are considered checked and apply. JAN 2013
52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS FEB 2012
C.1 52.211-6 BRAND NAME OR EQUAL (AUG 1999)
(a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.
(b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must--
(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;
(2) Clearly identify the item by--
(i) Brand name, if any; and
(ii) Make or model number;
(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
(4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.
(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.
(d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.
(End of Provision)
FAR Number Title Date
52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS FEB 2012
FAR Number Title Date
852.203-70 COMMERCIAL ADVERTISING JAN 2008
852.211-73 BRAND NAME OR EQUAL JAN 2008
C.2 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012)
(a) Definitions. As used in this clause-
(1) Contract financing payment has the meaning given in FAR 32.001.
(2) Designated agency office has the meaning given in 5 CFR 1315.2(m).
(3) Electronic form means an automated system transmitting information electronically according to the
Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests.
(4) Invoice payment has the meaning given in FAR 32.001.
(5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract.
(b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required.
(c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following:
(1) VA's Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.)
(2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats.
(d) Invoice requirements. Invoices shall comply with FAR 32.905.
(e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for:
(1) Awards made to foreign vendors for work performed outside the United States;
(2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information;
(3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies;
(4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or
(5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above.
(End of Clause)
C.3 VAAR 852.246-70 GUARANTEE (JAN 2008)
The contractor guarantees the equipment against defective material, workmanship and performance for a period of 12 months, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor.
(End of Clause)
C.4 VAAR 852.246-71 INSPECTION (JAN 2008)
Rejected goods will be held subject to contractors order for not more than 15 days, after which the rejected merchandise will be returned to the contractor's address at his/her risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the contractor's account.
(End of Clause)
C.5 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
http://www.acquisition.gov/far/index.html
http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm
(End of Provision)
C.6 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://www.acquisition.gov/far/index.html
http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm
(End of Clause)
Contracting Office Address:
Department of Veterans Affairs; VISN 21
3801 Miranda Avenue
Palo Alto, CA 94304
Primary Point of Contact:
Carol Lam
[email protected]
Phone: 650-493-5000 X65825
Fax: 650-493-2546
Bid Protests Not Available