Virginia Bids > Bid Detail

6515--Eclipse Microscope Package

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159569131904919
Posted Date: Mar 17, 2023
Due Date: Mar 21, 2023
Solicitation No: 36C24423Q0606
Source: https://sam.gov/opp/c25e1d5277...
Follow
6515--Eclipse Microscope Package
Active
Contract Opportunity
Notice ID
36C24423Q0606
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
244-NETWORK CONTRACT OFFICE 4 (36C244)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 16, 2023 07:58 am EDT
  • Original Response Date: Mar 21, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 20, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    VA Medical Center Philadelphia , 19104
    USA
Description
Eclipse Microscope Package for VA Medical Center Philadelphia, PA
Purpose and Objectives: The intent of this Sources Sought Notice is to identify potential businesses, especially any Small Businesses, Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) offerors capable of providing a Eclipse Microscope package as listed in the below General Requirements utilizing NAICS Code 339113.
Responses to this Sources Sought Notice shall be submitted via e-mail at ronald.kline@va.gov. Information provided will not be returned. All responses shall be in the English Language. Responses are due by 12:00 pm (EST) on Tuesday, March 21, 2023.
GENERAL REQUIREMENTS:

Background: The Cytology section of PALMS requests a teach microscope. To meet the needs of PALMS, the equipment must have the following requirements:
Eclipse Ci-L-Plus LED Microscope.
High Luminescent LED Illuminator
Light Intensity Management (LIM) automatically sets the brightness.
Comfortview Tilting Trinocular, 5-30 Degrees,Telescoping 40mm, 50/50
Widefield Eyepieces CFI 10x / 22mm with Eyegards (2 ea)
Mechanical Stage (1-Slide Holder)
Sextuple Intelligent Nosepiece with Analyser Slot, Nylon Cover
Extended Fine Focus Knob
Achromat Condenser (Swing-Out) (2x-100x)
Eclipse Microscope Pad
Dual View Module (Face to Face)
LED Pointer Module
AC Adapter 12v
Nylon Dust Cover
Support SS Unit with Face to Face Modification
Binocular Body Rotatable
Widefield Eyepiece CFI 10x / 22mm
CFI Plan Fluor 4x / 0.13 / 17.2
CFI Plan Fluor 10x / 0.30 / 16.00
CFI Plan Fluor 20x / 0.50 / 2.10
CFI Plan Fluor 40x / 0.75 / 0.66 Dry
Digital Sight Color Digital Camera & Controller
Docking Station USB-C, HDMI, USB-3, Audio
Ci-L Mount for Surface
On Site Installation by our Factory Trained Representatives
Initial On Site Training Session
Instruction Manuals
A.C. Power Cord [120v]
Lens Cleaning Kit
Support services are available 24/7.
Place of Performance: Philadelphia VAMC, 3900 Woodland Ave, Philadelphia, PA 19104

Request for Information Instructions

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 mentioned above.
Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339113. Please answer the following questions:

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.)?

Is your company considered small under the NAICS code identified under this RFI?

Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?
If not, Can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers.

Does your company exceed 500 employees
Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied;
Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice;
Obtained an individual or class waiver?

If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).

If you re a small business and you are an authorized distributor/reseller provide an authorized distributor letter 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?
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 sub contracted work and completion of job.

Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number.
If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract?

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.

Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes?

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 DUNS number.

This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to Ronald.kline@va.gov no later than, 12:00 PM Eastern Standard Time (EST) on Tuesday, March 21, 2023. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Officer Ronald Kline at ronald.kline@va.gov. Questions or Responses will include the Source Sought number 36C24423Q0606 in the subject line.

All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award.
If a solicitation is issued, information will be posted on the beta.sam web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Officer at ronald.kline@va.gov

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.
Attachments/Links
Contact Information
Contracting Office Address
  • 1010 DELAFIELD ROAD
  • PITTSBURGH , PA 15215
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 16, 2023 07:58 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >