6640--Olympus Microscope Brand Name

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Kentucky
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159414717678685
Posted Date: Feb 17, 2023
Due Date: Feb 27, 2023
Solicitation No: 36C24923Q0158
Source: Members Only
Follow
6640--Olympus Microscope Brand Name
Active
Contract Opportunity
Notice ID
36C24923Q0158
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
249-NETWORK CONTRACT OFFICE 9 (36C249)
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: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 17, 2023 12:30 pm CST
  • Original Date Offers Due: Feb 27, 2023 10:00 am CST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Lexington Veterans Affairs Medical Center Troy Bowling Campus Lexington , KY 40502
Description
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 Unrestricted. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01, effective 12/30/2022.
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 Lexington VA Medical Center, Troy Bowling Campus 1101 Veterans Drive Lexington, KY 40502 is seeking to purchase Olympus Microscopes.

All interested vendors shall provide Brand Name quotations for the following:

Supplies/Services

Line Item
Description
Quantity
Unit of Measure
Unit Price
Total Price
0001
Microscope Frame with 5-Position Nosepiece
2
EA
0002
TRANSMITTED WHITE LED FOR BX43, BX46, BX63
2
EA
0003
US STYLE 3-PRONG POWER CORD
4
EA
0004
TILT/TELESCOPE OBS TUBE,INVERTED,0-25DEG.ECOGLASS
2
EA
0005
TILTING TRINOC HEAD 50:50,100:0,0:100% POSITIONS
2
EA
0006
Eyepiece for BX/IX, 10x w/ =24mm t=1.5mm Retical Shelf, FN22
2
EA
0007
Eyepiece for BX/IX, 10x Focusing w/ =24mm t=1.5mm Retical Shelf, FN22
6
EA
0008
6-Position coded nosepiece for BX Frames, includes slot for DIC prism
2
EA
0009
Adapter to mount U-6RE to BX45 with slider slot
2
EA
0010
PLAN APO 2X OBJECTIVE,NA 0.08,WD 6.2MM
2
EA
0011
U Plan Fluorite 10X Objective, NA 0.3, WD 10MM
2
EA
0012
U Plan Fluorite 4X Objective, NA 0.13, WD 17MM
2
EA
0013
U Plan Fluorite 20X Objective, NA 0.5, WD 2.1MM
2
EA
0014
U Plan Fluorite 40X Objective, NA 0.75, WD 0.51MM
2
EA
0015
LOW TORQUE MECHANICAL WIRE STAGE FOR BX45/46
2
EA
0016
LEFT RELEASE SLIDE HOLDER, DOUBLE SLIDE, THIN
2
EA
0017
RUBBER CAPS F/BX CONTROL KNOBS, THIN, SET OF 2
2
EA
0018
Analyzer Unit For Gout Identification. Includes Analyzer And Full Wave Compensator In A Single Slider.
2
EA
0019
BX45-PO;POLARIZER FOR BX45 FILTER SLOT
2
EA
0020
U-TV0.5XC-3-8; CCD CAMERA ADAPTER,0.5X LENS,C-MOUNT
3
EA
0021
E9700478; SC180 18MP CMOS COLOR CAMERA, USB3.0 CABLE
3
EA
0022
cellSens Standard Version 4.1
3
EA
0023
U-TRU-1-2;SIDE CAMERA PORT INTERMEDIATE TUBE,ECO GLASS
1
EA
0024
Dual Observation Attachment for Front-to-Back Viewing with Built-In LED Pointer
2
EA


Delivery shall be provided no later than 90 days after receipt of order (ARO).

FOB Destination
Place of Performance/Place of Delivery
Address:
Lexington VA Medical Center
Troy Bowling Campus
1101 Veterans Drive
Lexington, KY
Postal Code:
40502
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
FAR 52.212-3, Offerors Representations and Certifications Commercial Items

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.
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/oal/library/vaar/

The following contract clauses apply to this acquisition:
FAR 52.204-13 System for Award Management Maintenance (OCT 2018)
FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020)
FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Services (Nov 2021)
FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS (JAN 2022)
FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JUL 2020) (DEVIATION)
FAR 52.223-99 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (OCT 2021) (DEVIATION)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021)

The following subparagraphs of FAR 52.212-5 are applicable: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services.

FAR 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020)
FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021)
FAR 52.222-3, Convict Labor (JUN 2003)
FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2022)
FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015)
FAR 52.222-26, Equal Opportunity (SEP 2016)
FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020)
FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)
FAR 52.222-50, Combating Trafficking in Persons (NOV 2021)
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)
FAR 52.225-1, Buy American--Supplies (NOV 2021)
FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018)
852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020)

852.203-70 Commercial Advertising
852.211-70 Equipment Operation and Maintenance Manuals
852.232-72 Electronic Submission of Payment Requests
852.246-71 Rejected Goods
852.270-1 Representatives of Contracting Officers
852.247-71 Delivery Location (OCT 2018)
852.247-73 Packing for Domestic Shipment (OCT 2018)
852.212-72 Gray Market and Counterfeit Items (MAR 2020) (DEVIATION)

(a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory.

(b) No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics.

(c) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM or by an intermediary distributor authorized by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.

(End of clause)
Addendum to 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS

The following provisions are incorporated into 52.212-1 as an addendum to this combined synopsis/solicitation:

Instructions for the Preparation of Quotes

Offeror shall provide the following documentation for the quote to be considered:
Quote with detailed line items and statement regarding the terms and conditions (modifications, deletion or additions)

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:"

2. Quoters shall list exception(s) and rationale for the exception(s), if any.

3. To receive credit as SDVOSB/VOSB must be verified/certified in VetBiz portal.

4. Quoters www.Sam.gov registration is required to be complete at time of submission of response.

5. You must submit a signed authorization letter of proof as a distributor of the OEM.

6. If the following items are not submitted, you can be deemed unsuccessful.

All quotes shall be sent to Isis McCullough at Isis.McCullough@va.gov
Addendum to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES

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.
In accordance with FAR 13.16-2(b)(3), the Government will evaluate quotes based on the comparative evaluation process, by comparing one quote with another in a uniform and fair manner to determine which quote provides the best value to the Government.
The following factors shall be used to evaluate offers: Price. The Government will issue an order to the responsible vendor whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated to determine compliance with the requirements of this solicitation as follows:

Price. Offerors shall provide the unit price and extended price for the item listed above. The extended price will be evaluated as the overall price. (Note: Any delivery or freight charges shall be rolled into the item unit price as appropriate, via FOB Destination)

(End of Provision)
The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.
Submission of your response shall be received not later than 10:00 am and 2-27-2023 at isis.mccullough@va.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.

Point of Contact
Isis McCullough
Contract Specialist
Network Contracting Office 9
Isis.mccullough@va.gov

See attached document: Brand Name Justification (J&A)
Attachments/Links
Attachments
Document File Size Access Updated Date
Brand Name Justification -Olympus Microscopes-Redacted.pdf (opens in new window)
290 KB
Public
Feb 17, 2023
36C24923Q0158.docx (opens in new window)
25 KB
Public
Feb 17, 2023
file uploads

Contact Information
Contracting Office Address
  • VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD
  • MURFREESBORO , TN 37129
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 17, 2023 12:30 pm CSTCombined Synopsis/Solicitation (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 >