Search Contract Opportunities

Brand Name "Leica", HistoCore Pegasus Tissue processor

ID: W91ZLK25Q0004 • Type: Synopsis Solicitation

Description

Posted: Dec. 30, 2024, 6:58 a.m. EST

This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in 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 will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-01 effective 12 November 2024.

The synopsis/ solicitation number is W91ZLK-25-Q-0004 for the purchase of brand name "Leica" HistoCore Pegasus Tissue processor. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5, Simplified Procedures for Certain Commercial Items. This requirement is being solicited unrestricted under the associated North American Industry Classification System (NAICS) Code 334516 Analytical Laboratory Instrument Manufacturing the size standard is 1000 Employees. The Government contemplates a single award of a Firm- Fixed-Price (FFP) type contract. This procurement will be evaluated as Lowest Priced, Technically Acceptable (LPTA). Technical acceptability will be based on a proposal that meets all the requirements stated in the solicitation and attached Statement of Work (SOW).

Description of Requirements: This solicitation will cover the purchase and delivery of brand name "Leica" HistoCore Pegasus Tissue processor as follows:

Qty 1 Tissue Sampler 14048858005 HistoCore PEGASUS

Qty 1 - Leica 14048860946 HistoCore I Scan KIT

QTY 1 - Leica 14041149613 Power Cord various NEMA5 20 (Available on FSS Contract No. GS-07F-5934R, Sin # 339113LAB)

Qty 1 - Leica 8122134 NXT NPTU2000 Line

Please refer to the attached Statement of Work (SOW) for details of the specific requirements.

The Government intends to award one Firm-Fixed Price contract to the Lowest Priced, Technically Acceptable (LPTA) proposal, in accordance with FAR 15.101-2. Technical acceptability will be based on a proposal that meets all the requirements stated in the SOW attached. The award will be made to the most technically acceptable vendor that provides the lowest delivered total price of the units combined of the contract.

Rejection of Offers: In accordance with FAR 52.212-1 (g) The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Examples include, but are not limited to, the following:

a. Offers that provide only a statement indicating its capability to comply with the RFP terms without support and elaboration as specified in volume instructions stated in this combined synopsis/solicitation; or

b. Offers that reflect an inherent lack of technical competence or a failure to comprehend the complexity and risks required to perform the requirements. This may include submission of a proposal which is abnormally high or low in Price (unbalanced pricing) or unattainable in terms of technical or schedule commitments: or

c. Offers that do not meet all the stated material requirements of this combined synopsis/solicitation; or

d. Offers that propose exceptions to the attachments, exhibits, enclosures, or other combined synopsis/solicitation terms and conditions.

Instructions to Offerors: Please provide a price proposal with product description/ specification. Price proposal shall specify estimated delivery date after receipt of order, unit prices, extended prices, and shipping cost if applicable. Partial proposals will NOT be evaluated by the Government. The Government is not responsible for locating or securing any information which is not identified in the Proposals. By submitting a proposal, the Contractor agrees to the notations identified in the SOW. All proposals from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM), www.sam.gov, database prior to award will not be considered. Vendors may register with SAM online at sam.gov.

For questions concerning this solicitation, contact Rob Rogers, Contract Specialist, via email at robert.j.rogers41.civ@army.mil. All questions must be received NLT Thursday, 9 January 2025 at 1:00 p.m. Eastern Time.

All quotations must be signed, dated, and submitted via email to robert.j.rogers41.civ@army.mil no later then (NLT) Thursday 16 January 2025 at 10:00AM Eastern Time.

The Government reserves the right to cancel the referenced solicitation if deemed to be in its best interest. Award without Discussions: In accordance with FAR 52.212-l (g), the Government intends to evaluate proposals and award a contract without discussions with Offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror's initial proposal shall contain the Offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Determination of Responsibility: In accordance with FAR 9.103, contracts will be placed only with Contractors that the Contracting Officer determines to be responsible. Prospective offerors, in order to qualify as sources for this acquisition, must be able to demonstrate that they meet standards of responsibility set forth in FAR 9.104. No award shall be made to an Offeror who has been determined non-responsible by the Contracting Officer. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: https://www.acquisition.gov

The following clauses and provisions are incorporated by reference:

FAR 52.204-7, System for Award Management

FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation

FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations Rep NOV 2015

FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations.

FAR 52.212-1, Instructions to Offerors -- Commercial Items.

FAR 52.212-2, Evaluation- Commercial Items

FAR 52.212-3, Offeror Representations and Certifications - Commercial Items

FAR 52.212-4, Contract Terms and Conditions--Commercial Items

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items

FAR 52.215-1, Instructions to Offerors-Competitive Acquisition

FAR 52.219-28, Post-Award Small Business Program Representation

FAR 52.219-33, Nonmanufacturer Rule

FAR 52.222-3, Convict Labor

FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies

FAR 52.222-21, Prohibition of Segregated Facilities

FAR 52.222-26, Equal Opportunity

FAR 52.222-50, Combating Trafficking in Persons

FAR 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving

FAR 52.225-13, Restrictions on Certain Foreign Purchases

FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to

Iran-Representation and Certifications

FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management.

FAR 52.232-39, Unenforceability of Unauthorized Obligations

FAR 52.233-1, Disputes.

FAR 52.233-3, Protest After Award

FAR 52.233-4, Applicable Law for Breach of Contract Claim

FAR 52.243-1, Changes- Fixed Price

FAR 52.246-2, Inspection of Supplies -- Fixed-Price

FAR 52.247-34, F.O.B. Destination

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials.

DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights.

DFARS 252.204-7003, Control of Government Personnel Work Product.

DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information.

DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors

DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services Representation

DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Representation

DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

DFARS 252.204-7019, Notice of NISTSP 800-171 DoD Assessment Requirements

DFARS 252.204-7020, NIST SP 800-171DoD Assessment Requirements

DFARS 252-211-7003, Item Identification and Valuation

DFARS 252.223-7008, Prohibition of Hexavalent Chromium

DFARS 252.225-7048, Export-Controlled Items

DFARS 252.225-7053, Representation Regarding Prohibition on Use of Certain Energy Sourced from Inside the Russian Federation

DFARS 252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region Representation

DFARS 252.225-7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region

DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.

DFARS 252.232-7006, Wide Area Workflow Payment Instructions.

DFARS 252.232-7010 Levies on Contract Payments.

DFARS 252.243-7001, Pricing of Contract Modifications.

DFARS 252.244-7000, Subcontracts for Commercial Items

DFARS 252.247-7023, Transportation of Supplies by Sea

"EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX

Exemption certificate No. 30005004 covers exemption from Maryland Retail sales and Use tax.

Posted: Dec. 26, 2024, 7:09 a.m. EST
Background
The solicitation W91ZLK-25-Q-0004 is issued by DEVCOM CBC G6 for the procurement of a brand name 'Leica' HistoCore Pegasus Tissue processor.

The goal of this contract is to acquire a safer, more efficient tissue processing solution that enhances laboratory capabilities and reduces turnaround time. The Pegasus processor features a closed system design that eliminates the need for air monitoring for hazardous materials, thus improving safety in laboratory operations.

Work Details
The contract includes the purchase and delivery of the following items:
- Qty 1 – Tissue Sampler 14048858005 HistoCore PEGASUS
- Qty 1 - Leica 14048860946 HistoCore I Scan KIT
- Qty 1 - Leica 14041149613 Power Cord (various NEMA5 20)
- Qty 1 - Leica 8122134 NXT NPTU2000 Line.

Specifications for the HistoCore Pegasus include:
- Overall size in operating mode: 804 x 715 x 1533 mm; serial packaging: 1040 x 1045 x 1480 mm.
- Empty weight: 235 kg; overall weight with accessories: 315 kg.
- Retort capacity: Max. 2 x 200 cassettes.
- Temperature settings for paraffin processing range from selectable temperatures of 58°C to 77°C.
- Up to 400 cassettes can be processed simultaneously with a maximum throughput capability.

The device includes a color LCD touchscreen interface, multiple USB ports, and an alarm system for operational safety.

Period of Performance
Delivery is expected within 90 days After Receipt of Order (ARO).

Place of Performance
8272 14th Street, BLDG: E5242, Gunpowder, MD 21010.

Overview

Response Deadline
Jan. 16, 2025, 10:00 a.m. EST Past Due
Posted
Dec. 26, 2024, 7:09 a.m. EST (updated: Dec. 30, 2024, 6:58 a.m. EST)
Set Aside
None
Place of Performance
Aberdeen Proving Ground, MD 21005 United States
Source
SAM

Current SBA Size Standard
1000 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
On 12/26/24 ACC Aberdeen Proving Ground issued Synopsis Solicitation W91ZLK25Q0004 for Brand Name "Leica", HistoCore Pegasus Tissue processor due 1/16/25. The opportunity was issued full & open with NAICS 334516 and PSC 6632.
Primary Contact
Name
Robert J. Rogers   Profile
Phone
None

Secondary Contact

Name
Birgit M. Jones   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation W91ZLK25Q0004

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation W91ZLK25Q0004

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W91ZLK25Q0004

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W91ZLK25Q0004

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-APG
FPDS Organization Code
2100-W91ZLK
Source Organization Code
500043680
Last Updated
Feb. 1, 2025
Last Updated By
robert.j.rogers41.civ@army.mil
Archive Date
Jan. 31, 2025