Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2011 FBO #3505
SOLICITATION NOTICE

66 -- Instruments and laboratory equipment

Notice Date
6/28/2011
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-(HL)-2011-236-DDC
 
Archive Date
7/20/2011
 
Point of Contact
Deborah - Coulter, Phone: (301) 435-0368
 
E-Mail Address
dc143b@nih.gov
(dc143b@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The COAC Services Branch, Office of Acquisitions, DERA, National Heart, Lung, and Blood Institute (NHLBI), NIH, for The Center for Human Immunology, The Division of Intramural Research (DIR intends to procure the below instruments and accessories. This requirement is under the North American Industry Classification System (NAICS) 334516 Analytical laboratory Instrument Manufacturing, Size Standard is 500 employees. The Small Business Set-Asides does apply for this requirement. The reference solicitation number is: NHLBI-CSB-(HL)-2011-236-DDC The Center for Human Immunology, National Heart, Lung, and Blood Institute, is involved in the study of characterizing normal and pathogenic human immunome. As part of these studies, the Government collects and process large volume and quantity of donor and patient blood samples for cellular and molecular assays. Therefore, there is a need for purchase of a Sorvall Legend XTR centrifuges and Series II 3110 Water Jacketed Incubator in order to further the research in clinical sample collection, cell biology and molecular biology. Government Specifications for Sorvall Legend XTR centrifuge, quantity 3 each: 1. The centrifuge must offer at least 8 swing-out rotor configurations and various angle rotors to meet current and future sample processing needs of the lab. 2. The angle rotors must be manufactured from a highly corrosion and fatigue resistant material - Carbon Fiber. 3. The buckets and rotor sealing lids must be certified for bio-containment by a 3rd party lab of worldwide recognition. 4. The bucket lids must operate in a safe manner without spring clips or metal components. 5. The centrifuge must be capable of running up to 196 x 5 ml or 7 ml blood collection tubes and 144 x 10 ml blood collection tubes in certified sealed conditions. 6. The centrifuge must be capable of running up to 40 x 50 ml or 88 x 15 ml disposable conical tubes in certified sealed conditions. 7. The centrifuge must be capable of running up to 8 x 250 ml bottles in swing-out configuration and in certified sealed conditions. 8. The centrifuge must be capable of running a minimum of 6 x 250 ml disposable bottles at speeds of at least 18500 xg (230v) or 15300 x g (120v). 9. The centrifuge must be capable of running a minimum of 6 x 94-85 ml disposable tubes at speeds of at least 24000x g. 10. The centrifuge must be capable of running a minimum of 14 x 50 ml disposable conical tubes at speeds of at least 17000 x g (230v) or 14600 x g (120v). 11. The centrifuge must be capable of running a minimum of 8 x 50 ml disposable conical tubes at speeds of at least 24000 x g. 12. The centrifuge must be capable of running a minimum of 48 x 2 ml disposable microtubes at speeds of at least 25000 x g in certified sealed conditions. 13. The centrifuge must be capable of running a minimum of 28 microplates of standard footprint and height. 14. The centrifuge must be capable of running two deepwell filtration plates (85 mm high) under certified sealed conditions at above 6000 x g. 15. The centrifuge must have a sealed swingout rotor capable of spinning samples above 7000 x g. 16. The centrifuge must have a low profile (not to exceed 14.2"/36 cm) for easy access by end-user. 17. The centrifuge must not require bolting to laboratory benching to meet CE, CSA or UL requirements for safety containment in case of rotor accident. 18. The centrifuge must be able to display set parameters together with actual values, and parameters must be readable at a distance of at least 5 meters. 19. The centrifuge must have a minimum of 5 "direct recall" program keys, and capability for up to 99 programs. 20. The centrifuge must have an option for automatic lid opening at the end of the run. 21. The centrifuge must have capability of password protection for the programs. 22. The centrifuge must have capability of password protection for lid opening. 23. The centrifuge must be able to display both air/chamber temperature as well as temperature in the sample. 24. The rotor shall be installed and removed with no tool in less than 5 seconds. 25. The centrifuge must be able to display messages in at least 5 languages. 26. The centrifuge should have advanced imbalance technology that adapts for specific rotors. The following items listed below (a-g) are accessories for the above system a. Part # 75003667 BioLiner high capacity rotor, quantity 2 each b. Part #75003668 High capacity BioLiner buckets (set of 4), quantity 2 each c. Part #75003670 Microplate carriers for BioLiner rotor (set of 4) 75003674 Set of 4 BioLiner adapters 10 x 50 ml conical 75003673 set of 4 BioLiner Adapters 22 x 15 ml conical 75003671 Set of 4 BioLiner Adapters 49 x 57 ml vacutainer, quantity 2 each d. Part #75003607 TX-750 rotor, 1 each e. Part #75003608 750 ml round buckets (set of 4) for TX-750 rotor 75003639 set of 4 adapters 14 x 15 ml conical, quantity 1 each f. Part #75003732 set of 4 Adapters 37 x 5/7 ml decanter round 75003638 set of 4 adapters 7 x 50ml conical, quantity 1 each g8. Par t#75003617 Carriers for microplates and T-75 Flasks set of 4 - for TX-750 rotor, quantity 1 each Government Specifications for CO2 incubators, quantity 2 each: 1. The incubator chamber is constructed entirely of polished, corrosion resistant stainless steel with coved corners to simplify cleaning and decontamination practices to minimize the potential for unwanted contamination 2. Unique triple wall water jacket construction, surrounds sides, back, top, and bottom of chamber with thermally conditioned water,providing superior temperature stability, particularly during power outages or failures 3. Large interior chamber capacity of 6.5 cu. ft. (184 liters), providing substantial culturing volume in a compact footprint of 26'W x 25"D 4. Incubator features sturdy modular stainless steel shelving and supports which can be readily assembled and removed without use of tools, to facilitate simplicity of cleaning or adjustment 5. An in-chamber HEPA filtered airflow system within the culture environment, continuously filters the entire chamber air volume every 60 seconds to insure continuous protection against unwanted microbial contaminants which could enter upon routine door openings, minimizing the associated risk of product loss or inconvenient downtime 6. Superior Class 100 cleanroom air quality is achieved within the culture chamber in under 5 minutes following a typical door closing, preventing the opportunity for invading contaminants to settle on interior surfaces where they can pose a threat to valuable cultures 7. An exclusive filtered air exchange system within the incubator minimizes the risk of condensation, a common breeding ground for contamination within a humid culture environment 8. A heated dual inner glass door design facilitates quicker recovery to desired set temperature following door openings while minimizing resultant condensation found on the glass of ordinary incubators 9. The unit incorporates high quality microbiological filters on all gas inlets, outlets and sample ports, to eliminate the potential of contamination into the chamber from these entry points 10. The incubator should be capable of being supplied with a choice of either highly stable and long lasting TC gas sensor or enhanced sensitivity IR sensors, to address customer specific preference or application requirement 11. Unit incorporates an advanced microprocessor based control and monitoring system featuring an easy to navigate alphanumeric messaging center, with individual displays for temperature, C02, to simplify observation from a distance and ease of operation for all users 12. All control and measurement probes and sensors are located directly inside the culture chamber to provide true and accurate process data and foster faster parameter recovery times than possible with remotely located sensors outside the chamber, as are found in alternative competitive designs 13. Incubator should provide field reversible inner and outer doors,.simplifying choice of preferred configuration for use in any laboratory environment 14. Units are readily stackable with easy to install hardware provided as standard, to insure stability of the stacked configuration while maximizing available lab space, without the need for expensive accessory stacking kits 15. Incubator is equipped with programmable tracking alarms for critical temperature and CO2 control parameters, which can be custom configured to meet the needs of changing research requirements 16. The unit incorporates a convenient automatic electronic start up function complete with auto zeroing capability to assure proper calibration without time consuming manual measurement and adjustment, prior to loading with cultures 17. Incubator is UL listed. CSA certified, and CE marked, demonstrating that stringent independent testing procedures have been undertaken by independent agencies to provide the customer's best assurance of unquestioned quality and suitability for function 18. An available relative humidity monitoring system and display is available, complete with an alarm function that alerts to the need to add humidification water supply to the incubator 19. An accessory 8 segment inner glass door kit may be installed upon the incubator to allow selective access to culture samples while restricting the exposed area, thus reducing parameter recovery time and minimizing access to potential airborne contaminants. 20. A tri-gas configuration is available with a control range of 1-20% O2, to conveniently enable hypoxic experimentation, with independent oxygen measuring sensors and control/display for simplicity of use The following items listed below (h-i) are accessories for the above system h. Part #965010 Two Stage, CO2 Regulator, quantity 1 each i. Part #190647 Support stand with locking casters, 3"H, quantity 1 each Optional inside delivery consisting of delivery to the final location, uncrating, set in place and removal of debris, quantity 4 each The Government=s estimated expected delivery date is 60 days or sooner after receipt of the purchase order. Proposals are due July 5th 2011 by 8:30 a.m. local time. The award will be made based on the lowest priced technically acceptable quote meeting the Government's requirements. The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the initial offer should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later it is determined by the Contracting Officer to be necessary. The Government may reject any or all offers, waive informalities and minor irregularities in offers received. The offeror's proposal's must include an itemized price lists of charges, complete description of services, complete address for invoice payment and purchase order delivery, prompt payment discount terms, the Dun & Bradstreet Number (DUNS), the taxpayer Identification Number (TIN) and certification of business size of the company, and ORCA must be current. The offeror must submit with their proposal signed letter from the manufacturer stated they are an authorized reseller. The offeror must also register in the Government's Contractor Registry System. Note: www.ccr.gov. The proposal must reference "Solicitation number" NHLBI-CSB-(HL)-2011-236-DDC. All responsible sources may submit a proposal which if timely received shall be considered by the agency. Proposals must be submitted in writing to the National, Heart, Lung and Blood Institute, Office of Acquisitions, Procurement Branch, 6701 Rockledge Drive, Suite 6042, Bethesda, MD 20892-7902, Attention: Deborah Coulter. Response may be submitted electronically to coulterd@nhlbi.nih.gov, fax are not accepted. E-mail quotations will only be accepted if dated and signed by an authorized company representative.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(HL)-2011-236-DDC/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02484801-W 20110630/110628235228-24e239a50e8f7e8dba21708c4e39af92 (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.