Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2007 FBO #2022
SOLICITATION NOTICE

66 -- Automated Gel Permeation Chromatography (GPC) System

Notice Date
6/8/2007
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SB1341-07-RQ-0247
 
Response Due
6/22/2007
 
Archive Date
7/7/2007
 
Description
THIS IS A COMBINED SYNOPSIS/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; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. ***This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 339111 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested Contractors may submit a quotation.*** *** The National Institute of Standards and Technology is seeking to purchase One (1) Automated Gel Permeation Chromatography (GPC) System. Background The NIST Charleston branch of the Organic Analytical Methods Group requires an Automated Gel Permeation Chromatography (GPC) system to perform clean-up of samples prior to measurements needed for the certification of reference materials and to support other agency projects. The main use of this instrument will be for the separation of semi-volatile organic pollutants from lipids and other interfering large molecules in environmental reference materials, quality assurance exercise samples, and samples supplied by other agencies. The instrument must be a bench-top instrument due to the limited space in the laboratory and must be automated and allow for samples to be covered as samples may be contaminated by laboratory dust. **All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity One (1) Automated Gel Permeation Chromatography (GPC) System with accessories, which shall meet or exceed the following required specifications: 1) Must have a Direct Inject System capable of Injecting 1 mL Samples 2) Must have a Solvent Pump 3) Must have an Autosampler capable of a minimum of 24 Samples 4) Must include a Sample Tray capable of holding 40 mL Dionex ASE/Caliper Life Sciences TurboVap concentrator tubes to reduce sample loss during transfer 5) Must include a Collection Tray capable of holding 200 mL Caliper Life Sciences TurboVap Tubes 6) Must be capable of Multiple Injections 7) Must have Septum Piercing 8) Must have Probe Tracking 9) Must have a Solvent Level Sensor 10) Must have a flow-rate calibration up to 10 mL/min 11) Must have Bypass or 5-Column Selector Valve 12) Must have a Column Heater Control 13) Must have an Automated Solvent Switching 14) Must have a Solvent Flow Ramping 15) Must be capable of operating up to 700 psi 16) Must have an Internal UV detector measuring 254 nm, Semi-Prep 17) Must have on-board Windows-based PC with the following criteria: - Priority Sample - Programmable solvent addition for vial rinsing - CLP-Driven Reports - Sample Reports - Calibration Reports - Sequence Reports - Peak Finding - Auto Resolution Calculation 18) Must have the ability to use 600 mm x 25 mm (10 micron particle size with 100 Angstrom diameter pores) Polymer Labs PLGel column 19) Must include an Express Glass GPC column that can handle up to half a gram of lipid per sample loaded onto the column 20) The warranty shall be for a minimum of 1 year. 21) Must include free software updates must be given for minimum of 18 months after installation. 22) The software must allow reports to be exported to be readable by Microsoft products. 23) The instrument must not require electrical modifications to our existing 110 volt laboratory service. Line Item 0002 Installation and Training: The Contractor shall provide installation for the GPC System. Installation, at a minimum, shall include uncrating/unpackaging of all equipment, set-up and hook-up of the detector, demonstration of all required specifications, and removal of trash. Onsite installation and demonstration shall be done at NIST, Charleston, SC. The contractor shall schedule and facilitate training session for seven (7) technicians at NIST. The training shall provide a thorough demonstration of all equipment functions, maintenance, data administration, and basic troubleshooting. The training may be completed at NIST immediately after installation and demonstration of performance specifications, but no later than 30 days after installation. ***The Contractor shall provide a minimum of a One (1) Year Warranty for the instrumentation. The warranty must cover non-consumable parts and travel/labor for on-site repairs under the warranty period. Unlimited telephone/technical support shall be included for questions regarding operation.*** ***Delivery shall be completed not later than 90 days after receipt of an order and shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver line item 0001 to NIST, Hollings Marine Laboratory, 331 Ft. Johnson Rd. Charleston, SC 29414. *** *** Award shall be made to the quoter whose quote offers the best value to the Government, technical capability, past performance, and price shall be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Technical capability shall be equal in importance to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. Technical Evaluation: Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include product literature, which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Past Performance: Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor?s history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its? affiliates. Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. If three (3) references cannot be provided for the same or similar equipment, the offeror must provide three (3) references to whom equipment has been provided. In addition, a description of the equipment sold to the three (3) references must be provided. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items.*** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov 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.*** ***The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions?Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: (13) 52.222-3, Convict Labor; (15) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52-222-26, Equal Opportunity; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (24) 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act, ALTERNATE I; (26) 52.225-13 Restriction on Certain Foreign Purchases; (31) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Items 0001 and 0002; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s), and 5) Past performance references which must include the company/organizations name, contact person, phone number, and e-mail address. This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state ?The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.? OR The offeror shall state ?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: Offeror shall list exception(s) and rationale for the exceptio(s: ***All quotes shall be received not later than 3:00 PM local time, on June 22, 2007 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Andrea Parekh. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Andrea G. Parekh) @ andrea.parekh@nist.gov. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-6984. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. E-mailed quotes are acceptable. Faxed quotes will NOT be accepted. ***
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD, Mailstop 1640
Zip Code: 20899-1640
Country: UNITED STATES
 
Record
SN01313849-W 20070610/070608220753 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.