6640--Fluorescence Microscope

expired opportunity(Expired)
From: Federal Government(Federal)
36C26223Q0719

Basic Details

started - 14 Mar, 2023 (13 months ago)

Start Date

14 Mar, 2023 (13 months ago)
due - 21 Mar, 2023 (13 months ago)

Due Date

21 Mar, 2023 (13 months ago)
Bid Notification

Type

Bid Notification
36C26223Q0719

Identifier

36C26223Q0719
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT/RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). 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. IAW 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. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI only. The purpose of this Sources Sought/RFI is to gain knowledge of potential qualified sources and their size classification
relative to NAICS 334516 (size standard of 1,000 Employees). Responses to this Sources Sought/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Long Beach Network Contracting Office, is seeking sources who can possibly provide Fluorescence Microscope w/ Objective Lenses, PC, and Monitors that at a minimum meet the brand name and/or can possibly provide an equal product for the San Diego VA Medical Center. Brand Name Information: Manufacturer & Part Number: Keyence & Part # BZ-X810 Type: BZX Fluorescence Microscope, BZX Microscope Head Possible Capabilities: fluorescence observation, recall all capture settings, equipped with a 14-bit monochrome CCD, low photo bleach setting Manufacturer & Part Number: Keyence & Part # BZ-X800LE Type: BZX Fluorescence Microscope, BZX Microscope Controller Possible Capabilities: fluorescence observation, recall all capture settings, equipped with a 14-bit monochrome CCD, low photo bleach setting Manufacturer & Part Number: Keyence & Part # s BZ-PA04, BZ-PA20, BZ-PA40, BZ-PA10, BZ-PA02 Type: Plan Apochromat Objective Lenses in 4x, 20x, 40x, 10x, 2x Possible Capabilities: provides magnification power to view specimen in detail Manufacturer & Part Number: Keyence & Part # 972326 Type: Win10 PC for BZ-X800 Possible Capabilities: computer/controlling unit Manufacturer & Part Number: Keyence & Part # BZ-H4A Type: BZX Analyzer Software Possible Capabilities: program software compatible with computer and microscope unit, reports the progress status and completion of capturing by email Manufacturer & Part Number: Keyence & Part # 972364 Type: 23" Monitor for BZ Possible Capabilities: display images Equal to product Information: Main component: Fluorescence Microscope w/ Objective Lenses, PC, and Monitors Possible Capabilities: fluorescence observation, electronic control system operated by a computer mouse, captures full-color images, low photo bleach setting, minimum 4080 x 3060 pixels for single images Salient Characteristics: Must include a specimen enclosure to provide an observation environment that, even without a darkroom, will not impair the background contrast required for fluorescence observation Dimensions of installation space for the microscope unit and lighting source must be within 500 mm (H) x 465 mm (W) x 500 mm (D) when the panel is closed to ensure equipment can be installed in the required location (installation space dimension requirements excludes computer and monitor) Must have a built-in vibration dampening system with the ability to use up to 100x objectives in a lab environment Must include, as standard components, the following: an electronic shutter, XY and Z motorized stages, an electronic revolver (to hold 6 objectives from 2x-100x), an electronic filter turret (to hold 4 filters), electronic color camera filter, electronic phase-contrast slit switching mechanism, electronic dimmer filters, and an electronic aperture control Must be able to control the above components with a computer mouse (i.e., be an electronic control system operated by a computer mouse) Microscope must be able to recall all capture settings which include the shutter, aperture, light intensity, XYZ stage position, magnification, filter, imaging mode (brightfield/fluorescence/phase) to ensure reproducibility of the imaging technique to obtain consistent results Must be controlled electronically with zero manual/mechanical adjustments related to the microscope structure or light path (aperture, focus, stage, condenser, lighting) Stroke of the motorized XY stage must be at least 114 mm x 80 mm and the minimum travel pitch must be 1 m or smaller Stroke of the motorized Z axis stage must be at least 8 mm and the minimum travel pitch must be 0.1 m or smaller Microscope must be equipped with a 14-bit monochrome CCD (Charge Coupled Device) that is cooled to a temperature that is lower than the ambient temperature by at least 25°C Microscope must come with a mechanism allowing it to capture full-color images using color filters inserted under electronic control Camera must have the capability to image into the far-red spectrum (800-900nm range) Microscope must be equipped a low photo bleach mode that physically blocks the light to the sample when it is just stationary and only allows light through when the operator moves the sample to changes the capture settings Number of pixels that can be recorded in a single image (not stitched) must be at least 4080 x 3060 allowing the operator to observe fine parts clearly and proceed with a detailed analysis System must be possible to report the progress status and completion of capturing by email Must come with the following plan apochromat objective lenses: 4x, 20x, 40x, 10x, 2x Must come with a computer and analyzing software Must come with two 23 monitors (approximate size) to fit space requirements The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), Hubzone, Woman-Owned Small Business (WOSB), Large Business, etc.? (2) Is your company considered small under the NAICS code identified in this RFI? (3) Are you the manufacturer, authorized distributor, and/or can provide equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. (7) Does your company have a Federal Supply Schedule (FSS) GSA Advantage, any VA National Contract, BPA, or a NASA SEWP contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC/BPA or NASA SEWP contract holder or other federal contract holder, are all the items/solution you are providing information for available on your schedule/contract? Please state if all or some items are available on the contract. (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities statement illustrating your organization s ability to meet the described salient characteristics or equal to items for planning purposes; show clear, compelling and convincing evidence that all equal to items" meet all the salient characteristics. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your SAM Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to Bridgett.Sharma@VA.gov. Telephone responses will not be accepted. Responses must be received no later than Tuesday, March 21, 2023 by 4:00 PM PST. All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement. Responses to this Sources Sought/RFI notice is not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation.

Department of Veterans Affairs San Diego VA Medical Center 3350 La Jolla Village Drive WarehouseLocation

Place Of Performance : Department of Veterans Affairs San Diego VA Medical Center 3350 La Jolla Village Drive Warehouse

Country : United States

You may also like

6515--Clinical Microscope (VA-24-00039860)

Due: 03 Jun, 2024 (in 1 month)Agency: VETERANS AFFAIRS, DEPARTMENT OF

KEYENCE FLUORESCENCE MICROSCOPE MODULE

Due: 29 Sep, 2024 (in 5 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

CARL ZEISS MICROSCOPES MAINTENANCE

Due: 30 Nov, 2024 (in 7 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAICS CodeCode 334516
Classification CodeCode 6640