6640--LIQUID SCINTILLATION COUNTER

expired opportunity(Expired)
From: Federal Government(Federal)
36C25820Q0154

Basic Details

started - 27 Mar, 2020 (about 4 years ago)

Start Date

27 Mar, 2020 (about 4 years ago)
due - 14 Apr, 2020 (about 4 years ago)

Due Date

14 Apr, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
36C25820Q0154

Identifier

36C25820Q0154
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103198)VETERANS AFFAIRS, DEPARTMENT OF (103198)258-NETWORK CNTRCT OFF 22G (36C258) (1300)
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))

Attachments (5)

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.

Combined Synopsis-Solicitation for Commercial Items VHAPM Part 813.106 SAP: Soliciting Competition & Evaluation of Quotations SOP Page 3 of 5 Original Date: 10/12/17 Revision 02 Date: 10/15/19 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; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-02. This solicitation is set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this
procurement is 334516, with a small business size standard of 1,000 Employees. The FSC/PSC is 6640. The Network Contracting Office 22 Gilbert is seeking to purchase a Liquid Scintillation Counter. This is a Brand Name or Equal procurement with the brand name being Hidex 300SL Automatic TDCR Liquid Scintillation Counter. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Liquid Scintillation Counter 1 EA. 0002 All-in-One Windows 10 PC 1 EA. 0003 Installation and Familiarization Training 1 EA. Brand Name or Equal with the brand name being Hidex 300SL; the following Salient Characteristics are: Salient Characteristics: Does not contain an external radiation source for quench correction, as opposed to Europium, Barium, or Cesium external radiation sources. Utilizes Triple-Double-Coincidence-Ratio (TDCR) technology for quench correction. Utilizes three detectors (photo multiplier tubes) situated 1200 apart, as opposed to two detectors situated 1800 apart. Utilizes a single pneumatic arm for sample transport and unique plate-vial format for sample holding, as opposed to a conveyor belt, rack, elevator system. Utilizes an external PC or Laptop for operation that is Windows 10 compatible, as opposed to an external or internal PC or laptop that uses a proprietary network card. Utilizes an external software package that is Windows 10 compatible for data acquisition and analysis which can be installed on any compatible PC or Laptop, as opposed to a proprietary software package that is limited to a single workstation tied to system. Modular on-site hardware upgrades for low level detectors, external radiation source, and alpha/beta separation. Alpha/Beta upgrade utilizes a 3D topographical spectral separation which leads to zero percent misclassification, as opposed to traditional 2D separation. Semi-portable with two handles on both sides for easier lifting and transport. Delivery shall be provided 30 days ARO. Place of Performance/Place of Delivery Address: Albuquerque NM VA Healthcare System 1501 San Pedro Drive SE Postal Code: 87108 Country: UNITED STATES 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 (DEC 2019) 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 (JAN 2020) The following subparagraphs of FAR 52.212-5 are applicable: All quoters shall submit the following: verification of VA Form 10091 and the W-9 sent directly to the paying office in Austin, TX unless the offeror has previously submitted these forms to VA Austin and provides certification of previous work. The FMS Vendor File Update form needs to be submitted in all cases to the Contracting Officer as part of the offer or proposal. Prior information All quotes shall be sent to the contract specialist, Amanda Beck, at Amanda.Beck@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Lowest price, and to the most responsive and responsible quoter that is the most advantageous to the Government. Responses should contain your best and final terms and conditions. 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), if any. Submission of your response shall be received not later than 1:00 PM Arizona Time on 04/14/2020 at Amanda.Beck@az.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below no later than 4/9/2020 at 1:00 PM Arizona Time. Point of Contact Amanda Beck, Contract Specialist Amanda.Beck@va.gov

Albuquerque NM VA Healthcare System;1250 San Pedro Drive SE;Albuquerque, NM    87108  USALocation

Place Of Performance : Albuquerque NM VA Healthcare System;1250 San Pedro Drive SE;Albuquerque, NM

Country : United States

You may also like

ANNUAL MAINTENANCE OF LIQUID SCINTILLATION COUNTERS @ JBVAMC

Due: 31 Jul, 2025 (in 15 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Classification

naicsCode 334516Analytical Laboratory Instrument Manufacturing
pscCode 6640Laboratory Equipment and Supplies