SOLICITATION NOTICE
66 -- Instruments and Laboratory Equipment
- Notice Date
- 6/10/2004
- Notice Type
- Solicitation Notice
- NAICS
- 339111
— Laboratory Apparatus and Furniture 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
- RFQ4060
- Response Due
- 6/25/2004
- Archive Date
- 7/10/2004
- Point of Contact
- Tonia Alexander, Purchasing Agent, Phone 301-402-6338, Fax 301-480-3695, - Sylvia Robinson, Purchasing Agent, Phone 301-402-2284, Fax 301-480-3695,
- E-Mail Address
-
talexander@niaid.nih.gov, srobinson@niaid.nih.gov
- Description
- 17. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. The solicitation number for this acquisition is RFQ4060 and is being issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-23. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a small business concern. The associated North American Industry Classification System (NAICS) Code 339111, which has a business size standard of 500. The National Institute of Allergy and Infectious Diseases intends to procure a Chromatography System and Accessories. The following instrument and products may be acquired under this acquisition: Item/Description/ Quantity: (1) Chromatography System with flow rates of 0.001 to 10ml/min at pressures up to 25 Mpa. The pressure and flow rate specifications make the system ideal for laboratory purification and high-resolution analysis. System includes: - system pump with four pump heads in two pump modules, - mixer for precision gradient formation, - variable, multiwavelength UV-VIS detector, 190-700nm, 10mm path, - pH and conductivity detector, - two buffer switching valves, - one injection value, - one sample outlet valve for sample collection (8port), - unicorn software package, qty-1; (2) Automated fraction collector for use with the chromatography systems. Must be fully controlled by the Unicorn software. The moving rack holder pattern can be selected to collect row-to-row, column-to-column, row serpentine or column serpentine. One rack type A, 120x18mm tubes or 8x30mm tubes is included with the fraction collector, qty-1; (3) HP-Compaq Evo D530 SFF 2.8 GHz, Win XP, with 15? TFT Monitor, qty-1. Our current research requires the ability to purify biomolecules from complex starting materials derived from cell lysates, tissue homogenates, recombinant protein expression systems and other sources. The system we will use must be able to perform separations based on a variety of sample characteristics, such as molecular weight, net surface charge, and hydrophobicty, while retaining biological activity. We want to automate the running of large, open columns on the system, as well as a variety of gel filtration media. We require a flow rate range of .01-10mls/min at pressures ranging from 0-25 MPa. The resolution we require may necessitate the use of very precise, shallow gradients; the system must be a two-pump gradient system, with dynamic mixing, as evidence suggests that this configuration produces the highest accuracy and precision in gradient formation. We will be using salt buffers; the entire wetted flow path of the system must be inert to halides. The Software must allow programs to be time-based or volume-based, or column-volume based. The system must also have the capability of changing crucial parameters during the method runs without affecting the rest of the programmed method. The system must have an integrated fraction collector capable of collecting in a variety of tubes including 30mm, 18mm, 12mm tubes, eppendorf tubes as well as micro-titer plates depending on the scale of the application (which will vary). This fraction collector must have features such as an accumulator that will prevent loss of precious sample between tube changes. The following factors shall be used to evaluate offers: 1) price, 2) warranty, and 3) technical capability to meet required specifications. Place of delivery NIH/NIAID, Bethesda, Maryland, 20852. The government will award a fixed price purchase order to the responsible contractor. The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212.3 Offeror Representations and Certifications Commercial Items; FAR 52.212-4 Contractor Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. A completed copy of provisions at FAR 52.212-3 Offerors Representations and Certifications Commercial Items must be included. Copies of the aforementioned clauses are available upon request by telephone to Ms. Tonia Alexander at (301) 496-2607. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3, Offerors Representations and Certifications ? Commercial Items. Offers must be submitted no later than 5:00 PM Eastern Daylight Time (EDT) June 25, 2004 to Tonia Alexander. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE70, Room/2NE62C, MSC/4812, Bethesda, Maryland 20817-4812. Electronic submission will not be accepted. Requests for information concerning this requirement are to be addressed to Ms. Tonia Alexander (301) 496-2607. Collect calls will not be accepted. All responsible sources may submit an offer that will be considered by this agency. 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. Registration is available via the Internet at www.CCR.gov.
- Place of Performance
- Address: National Institutes of Health,, Bethesda, Maryland
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN00601751-W 20040612/040610211838 (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 |