SOLICITATION NOTICE
66 -- Liquid Chromatography System for Protein Purification
- Notice Date
- 6/20/2005
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, South Atlantic Area/Tifton, GA, 2316 Rainwater Road, Tifton, GA, 31793
- ZIP Code
- 31793
- Solicitation Number
- RFQ-05-4389-03
- Response Due
- 7/15/2005
- Archive Date
- 7/30/2005
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number RFQ-05-4389-03 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 2005-04. The NAICS code is 334516. The small business size standard is 500 employees. Item description : GENERAL DESCRIPTION of Liquid Chromatography System for Protein Purification: Flow rate range 0.01-100 ml or greater and 1450 psi pressure. Because of the resolution we require 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. The system must come supplied with a 0.6 ml or smaller interchangeable mixing chamber and have option of a 2 ml or greater chamber for gradients at higher or smaller flow rates. Because we will be using salt buffers, the entire wetted flow path of the system must be inert to halides. The pump heads must be titanium with valves and tubing PEEK. The system pumps should allow operation of the system at zero backpressure to ensure system compatibility with standard low-Pressure chromatography supports often used in affinity chromatography and other techniques. The controller must allow programs to be time-based, volume-based, or column-volume based. The system should include the option of a fraction collector that is fully integrated into the system and fully controllable via the system control software. The fraction collector must be able to collect in 18 mm tubes or 12 mm tubes. The system must include 1 motorized seven port valve with load, inject and wash positions. The valve should be driven electronically and require no external air or pressure to operate. The system controller must allow the user to be entering details of the next purification at the same time the current separation is being done, or to simultaneously be integrating and evaluating the results of earlier runs. The software must allow complete manual control of all parameters and running conditions while running a method. Control of motorized valves, fraction collector, dynamic gradient mixer, and autosampler must all be possible from the system controller. The pumps, UV monitor, valves and fraction collector must all be specified for use in a cold room at 4 degrees C. The controller must be able to accept seven input signals (e.g. 3 UV wavelengths, conductivity, pH, temperature, and pressure). It must be capable of plotting, and integrating these signals, as well as using them to trigger sub-routines in the programming when the signal exceeds a preset threshold, to allow the automation of multi-dimensional separations. The system controller should allow for automation of the optimization of separation parameters (e.g. sample volume, flow rate, gradient slope). This should allow a small amount of sample to be consumed in optimizing the purification scheme, after which the best regime can be scaled up on the same LC system. The UV monitor must be able to monitor 3 UV wavelengths simultaneously in the wavelength range of 190-700nm. Access to the software must be by user name with password and level of access by each user must be definable by administrator. The software must be able to operate on the Windows X1 operating system. Post-run chromatographic analysis and reporting functions should also be included. In order to protect our columns, the system must have a definable pressure limit system defined when the column is select4ed from a list which will stop the pump and generate an audible and visual warning, in the event pressure exceeds the preset limit. The controller should permit automatic running of up to25 different chromatographic programs in a user-designated sequence. It must turn off the pump flow when a signal is received from the fraction collector indicating there are no tubes remaining, so that valuable sample is preserved. The system must automatically and continuously be able to record throughout each chromatographic run the following parameters: flow rate; 3 auto-scaled UV signals; actual system pressure; accumulated time and volume of run ; all valve positions and changes in position; activity of a fraction collector. It must allow for post-run analysis of chromatograms, export of data to other spreadsheet programs, and generation of written reports. Installation and training must be provided by the vendor. The system quoted should include spare parts we are likely to need during the first 12 months of operation. . Payment under this contract will be made by electronic funds transfer. Successful offeror must accept government purchase card or be set up with USDA vendor express program at the time invoice is submitted. Delivery is required within 8 weeks ARO Delivery is FOB Destination to USDA, ARS, Byron, GA. Descriptive literature showing the quoted item meets or exceeds all specifications included herein must accompany the quotation. The government anticipates award or a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforms to the solicitation and is most price advantageous to the government. The provision at 52.212-2, Evaluation - Commercial items, applies to this acquisition. The contracting officer will make award based on price and price-related factors. Offeror MUST be registered in CCR (www.ccr.gov). Offeror MUST have it Representations and Certification in ORCA (http://orca.bpn.gov). FAR 52.212-4, Contract Terms and Conditions - Commercial items, applies to this acquisition. The following FAR clauses cited in 52.212-5 are applicable to this acquisition: 52-203-6; 52.203-10; 52/219-8; 52.222-26; 52.222-35; 52.222-36; 52-222-37; 52.225-3; 52.222-18; 52.225-21. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government?s rights under the Inspection clause nor does it limit the Governments?s rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. Responses are 25 days from the date this notice is published in the CBD by 4:00 PM local time, July 15, 2005 at USDA Agricultural Research Service, 2316 Rainwater Rd, Tifton, GA 31794 (or POB 748, Tifton, GA 31793). POC Tom Maze, Contract Specialist, 229-386-3496 or FAX 229 -386-7225.
- Place of Performance
- Address: USDA-ARS, 21 Dunbar Road, Byron, Ga
- Zip Code: 31008
- Country: USA
- Zip Code: 31008
- Record
- SN00832488-W 20050622/050620211640 (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 |