SOLICITATION NOTICE
66 -- Complete Liquid Chromatography System
- Notice Date
- 3/25/2004
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
- ZIP Code
- 20817
- Solicitation Number
- RFQ4038
- Response Due
- 4/9/2004
- Archive Date
- 4/24/2004
- Point of Contact
- Linda Taylor, Purchasing Agent, Phone 301-402-6089, Fax 301-480-3695, - Carolyn Sentz, Contracting Officer, Phone 301-402-6107, Fax 301-480-3695,
- E-Mail Address
-
ltaylor@niaid.nih.gov, csentz@niaid.nih.gov
- Small Business Set-Aside
- Total Small Business
- Description
- 17. This is a combined synopsis/solicitation to procure commercial items prepared in accordance with the format of FAR Subpart 12.6, 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. This procurement is being issued as a Request For Quotes (RFQ). Submit offers on RFQ4038. This solicitation and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 01-20. This acquisition will be processed under Simplified Acquisition Procedures. This is a small business set-aside, under North American Industry Classification System Code Number 334516 and the small business size standard is 500 employees. The National Institute of Allergy and Infectious Diseases is issuing a request for quotations (RFQ4038) for procuring a quantity of one Complete Liquid Chromatography System . We are producing trimeric proteins that need to be purified over a gel filtration system. This system must effectively separate the different oligomeric states of the proteins and purify a stable, homogeneous trimeric fraction of the proteins. This system must be designed to use a wide variety of protein purification needs. The rack system gives built-in flexibility for the use of longer chromatographic columns, changes in system configuration, and increased automation. System must be robust, biocompatible, and flexible. System must enhance levels of control and provide routine monitoring. The pressure and flow rate specification must be 0.01 to 20 ml/min at pressures up to 5MPa. This system must be equipped with the following components: Model P-820 system pump; Model-925 Mixer ;)Model INV-907 Injection valve; Model UPC-900 UV/Ph/conductivity monitor with fixed wavelength detection; Model FV-903 Waste valve; Model Fac-901 Fraction collector, collects 95 samples in 10-18mm tubes; optional racks for 12mm and 30mm tubes. Sofware Package: EN2.4 GHz s System equipped with EVO D510 EN 2.4 GHz Intel Pentium 4 SFF; 533 MHz Front Side Bus Speed; 256 MB RAM (DDR); 20/512 KB L1/L2 cache; 40 GB SMART III Ultra ATA 7200rpm hard drive; 3.5? l.44MB floppy drive; 40x/12x/40x CD-RW drive; Integrated Intel Pro/100 Network Interface Card; Microsoft Windows 2000 software and documentation; 15? TFT LCD Flat Panel Display. System must include installation and training. FOB Point shall be Destination, inside delivery required to Bethesda, Md. 20892. This will be a fixed-firm price contract. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.212-1 Instructions to Offerors-Commercial items; FAR 52.212-2 Evaluation-Commercial Items; FAR 52.212-3 Offerors Representations and Certifications; FAR 52.212-4 Contractor Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items; FAR 52.225-3 Buy American Act also applies. Offerors shall include with their offer a completed copy of provision at FAR 52.212-3 Offerors Representations and Certifications Commercial Items. The Government intends to make a Best Value Buy to the responsible offeror whose offer is most advantageous to the government. The following evaluation criteria will be used to evaluate offers: (a) Price: (b) Technical capability of the item offered to meet the government?s need: (c) Delivery Date: (d) Training: (e) Warranty information to include period and coverage, shall be stated. As prescribed in 4.1104, use the following clause (52.204-7): Central Contractor Registration (Oct 2003) "Registered in the CCR database,? means that-(1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the CCR database; and (2) The Government has validated all mandatory data fields and has marked the (B)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Copies of the aforementioned clauses are available upon request by telephone to Linda Taylor at (301) 402-2282. All responsible sources may submit an offer that will be considered by this agency. Offers must be submitted no later than 5:00P.M. Eastern Standard Time April 9, 2004. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE70, Room/2NE52F, MSC/4812, Bethesda, Maryland 20817-4812. Electronic transmission will not be accepted. Request for information concerning this requirement are to be addressed to Linda Taylor at 301-402-2282. Collect calls will not be accepted.
- Place of Performance
- Address: National Institutes of Health, Bethesda, Maryland
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN00554006-W 20040327/040325211817 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |