This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. VA will conduct the procurement according to a combination of FAR Part 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(ii) The solicitation number is 36C24523Q1105 and is issued as a Request for Quotation (RFQ).
(iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2021-07, fiscal year 2023. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR)
(iv) This requirement will be set aside for Small Business. The North American Industry Classification System (NAICS) code is 339112, Surgical and Medical Instrument Manufacturing and the size standard is 1,000 employees.
(v) The Baltimore VAMHCS is seeking to purchase a Nikon Microscope Camera. This requirement consists of eight (8) line item:
ITEM INFORMATION:
Product Number
Product Description
Units of Measure
Quantity
MQA18000
Cytological screening for disease tends to look for abnormal cells in clinical samples, including, blood,
urine, ascites, cell smears
(Predominantly sources of exfoliated
cells), and fine needle aspiration
biopsies. These cameras are vital for pathologist to make effective
diagnosis in anatomic pathology.
NIKON FI3 PREMIUM MICROSCOPE CAMERA
Each
7
MQF52057
AC Adapter 12v USE TO CHARGE THE CAMERA FOR RECHARGING NOT
IN USE.
Each
7
79035
A.C. Power Cord BU [100-120v]
Each
7
77013245
Camera Cable (USB-3)
Each
7
MQS33100
NIS-Elements-Doc Software including Installation (Multi License)
Each
4
2800-4
On Site Installation by
our Factory Trained Representatives
Each
1
INST
Instruction Manuals
Each
1
M2700KT
Lens Cleaning Kit
Kit
1
ESTIMATED DELIVERY: 30 Days ARO
STATEMENT OF WORK:
Purpose
The purpose of this effort is to provide effective diagnosis in anatomic pathology for patients at Baltimore VA Medical Center.
Background
There is a need within pathology to screen for cytological diseas t look for abnormal cells in clinical samples, including, blood, urine, ascites, cell smears and fine needle aspiration biopsies. This SOW describes the Nixon Fi3 microscope camera required to support the BT Pathology Lab.
Objectives
The Pathology Lab requires microscope camera for performing cytologically screening for disease present abnormal cells to provide a precise/effective diagnostic. It will eliminate the process of generally preparing by spreading/depositing a thin film of cells onto glass microscope slides.
Scope
The scope of this effort is to provide pathologist to make effective diagnosis in anatomic pathology.
Product Descriptions
Nikon Fi3 Microscope Camera
MOA18000
* Nikon Digital Sight Color Digital Camera Head (DSFi3)
- 2880 x 2048 (5.9 megapixels) (USB-3)
MQF52057
- AC Adapter 12v
79035
- A.G. Power Cord BU [100-120v]
77013245
- Camera Cable (USB-3)
MQS33100
* - NIS-Elements-Doc Software including Installation (Multi License
Miscellaneous
2800-4
- On Site Installation by our Factory Trained Representatives
2800-5
- Initial On-Site Training Session
INST
- Instruction Manuals
M2700KT
- Lens Cleaning Kit
Period of Performance
Indefinite
Place of Performance
Pathology labs
Baltimore VA Medical Center
10N Greene St
Baltimore, MD 21201
SALIENT CHARACTERISTICS:
High-definition color camera
5.0 greater megapixel
Image sensor
Recordable pixels- Vertically & horizontally greater than 1200x 900
Continuous adjustment
Compact
Compatible with current VA software
CONTRACT ADMINISTRATION DATA
1. Contract Administration: All contract administration matters will be handled by the following individuals:
a. CONTRACTOR: ___________________________________
___________________________________
____________________________________
_____________________________________
b. GOVERNMENT: Contracting Officer 36C245, Ronnie Swailes
50 Irving ST NW
Washington DC, 20422
2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with:
[X]
52.232-33, Payment by Electronic Funds Transfer System For Award Management, or
[]
52.232-36, Payment by Third Party
3. INVOICES: Invoices shall be submitted in arrears:
a. Quarterly []
b. Semi-Annually []
c. Other [X] Invoice shall be submitted upon delivery and receipt of items.
4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests.
PAYMENT WILL BE MADE BY
FSC e-Invoice Payment
Invoice must be submitted electronically
http://www.fsc.va.gov/einvoice.asp
http://www.fsc.va.gov/einvoice.asp
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.
https://www.va.gov/oal/library/vaar/
(vii) All material shall be used by Baltimore VAMHCS.
(viii) 52.212-1 Instructions to Offerors - commercial Items, applies to this acquisition. There are no addenda to the provision.
(ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does not apply to this solicitation. Award will be based on lowest price and meeting or exceeding Statement of Work requirements.
(x) 52.212-3 Offeror Representations and Certifications - Commercial Items- the 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.
(xi) 52.212-4 Contract Terms and Conditions - Commercial Items: applies to this acquisition.
(xii) 52.212-5 Contracts Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items; the following FAR clauses identified at paragraph (b) of FAR 52,204-10; 52.212.5 are considered checked and are applicable to this acquisition: 52.204-10, 52.252-1, 52.204-7, 52.204-16, 52.211-6, 52.209-6, 52.219-6, 52.219-8, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21; 52.222-26; 52.222-35, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-3; 52.225-13, 52.232-34, 852.212-71, 852.242-71, 852.247-71.
(xiii) 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term, 52.52.232-18 Availability of Funds, 52.232-19 Availability of Funds for Next Fiscal Year. Any additional contract requirement(s) or terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices will be addressed as necessary.
(xiv) Proposals/Quotes shall be submitted in writing to Ronnie Swailes at Ronnie.swailes@va.gov No later than 100 on Wednesday, August 23, 2023.
Quotes shall be submitted on company letterhead. Commercial format is encouraged.
All proposals/quotes shall include the following information:
Legal Business/Company Name (as it is indicated in www.sam.gov)
Unique Entity Identification Number
Contract Number (if applicable)
Warranty Information (Can be a separate attachment)
Point of Contact Name
Telephone number
E-mail Address
(xvi) Point of contact for this solicitation is Ronnie Swailes, Ronnie.swailes@va.gov . Inquires must be in writing via email.