SOLICITATION NOTICE
66 -- RECOVERY/Instruments & Laboratory Equipment
- Notice Date
- 7/2/2010
- Notice Type
- Combined Synopsis/Solicitation
- 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, Maryland, 20817
- ZIP Code
- 20817
- Solicitation Number
- RFQ10071
- Archive Date
- 7/31/2010
- Point of Contact
- James H Kish, Phone: 301-402-2282, John - Foley, Phone: 301-402-2284
- E-Mail Address
-
kishj@niaid.nih.gov, jfoley@niaid.nih.gov
(kishj@niaid.nih.gov, jfoley@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice is a combined synopsis/solicitation Request for Quotation for commercial items prepared in accordance with the format of FAR Subpart 12.6, in conjunction with FAR Part 13.5 as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. This procurement is being issued as a request for quotation. Submit offers on RFQ10071. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-42 dated June 16, 2010. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a small business set-aside. The associated North American Industry Classification System (NAICS) Code is 334516, which has a size standard of 500. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure an automated capillary differential scanning calorimeter (DSC) system to be used for the stability analysis of vaccine products (proteins, VLPs and viruses). The requirements are: capillary microcalorimetry system capable of determining the thermal transition midpoints for the purposes of protein stability and folding, liquid protein, virus and VLP formulation, characterization of membranes, lipids, nucleic acids, virus, VLP and micellar systems, assessment of the effects of structural change on a molecule's stability, and measurement of molecular interactions; integrated autosampler enables capable of the analysis of up to 50 samples per day with unattended operation; complete software control of all functions including sample handling and capillary washing/cleaning and data analysis; non product reactive flow cell with sample volume of <200ul; operating temperature range of a minimum of -10 deg C to +120 deg C; temperature control of the sample; user selectable temperature scan rates (up to 250 deg C per hour for increasing temperature scans); at least three user selectable response times; capable of using standard 96-well plate format for high throughput; thermostatically controlled storage for at least six plates for sampling plates; includes capability for automated sample preparation and cleaning of device; quote contracts required to maintain the instrument as quoted; include all required software and computer equipment (if specific PC required) for the above or device user required equipment; include installation and set-up. Also include the following: quotes for all parts required to do the analysis specified; detailed information on the speed of assay for each method, in minutes and/or cycle time of instrument for each assay type; specify automation capabilities; specify the software analysis features; specify the specifications which minimally inclued operating temperature range and temperature accuracy, capilary design capilliary, capillary material, capillary and sample volume, baseline reproducibility, short term signal/noise (in ucal/degC), sample degassing capability, benchtop dimensions, binding constant; cost and details of any warrantees (regular or extended) and other service required to maintain the instument. Evaluation factors will be: technical acceptability - ability of the offer to meet the requirements and sensitivity, throughput and flexibility of the capabilities; breadth of DSC analysis models in the software; ability to export data files to other formats (specify); long-term cost of using the instrument for assays (including annual maintenance agreement); speed of assay for each method (in minutes) or cycle time of instrument for each assay type; ease of switch of the required assays; price; installation and warranty. Inside delivery shall be 16 weeks after receipt of order (ARO). Delivery will be made to Gaithersburg, Maryland, 20878. The FOB point shall be Destination. This will be a firm-fixed price contract. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009; FAR 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements; FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; Far 52.212-3 Offeror Representation 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; and FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included with submission and can be found at Online Representations and Certifications Application (ORCA) https://orca.bpn.gov. (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. The CCR website is http://www/ccr.gov. Copies of the aforementioned clauses are available upon request by telephone to James Kish at (301) 402-2282. All responsible sources may submit offers that will be considered by this agency. Offers may be mailed or faxed to the POC indicated above (Fax 301-480-8720). Offers must be submitted no later than 5:00 p.m. Eastern Daylight Savings Time (EDST), July 16, 2010. For delivery through the U.S. Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE52F, Bethesda, MD, 20892-4811. Requests for information concerning this requirement are to be addressed to James Kish at 301-402-2282. Collect calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ10071/listing.html)
- Place of Performance
- Address: National Institute of Health, NIAID, Gaithersburg, Maryland, 20878, United States
- Zip Code: 20878
- Zip Code: 20878
- Record
- SN02195440-W 20100704/100702234334-5a26cd20f26163c117f7f2e6235ed107 (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 |