MODIFICATION
66 -- Microscale Thermophoresis Instruments
- Notice Date
- 6/26/2012
- Notice Type
- Modification/Amendment
- NAICS
- 333314
— Optical Instrument and Lens 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-(TR)-2012-195-RSF
- Archive Date
- 7/20/2012
- Point of Contact
- Rashida S. Ferebee, Phone: 3014352605
- E-Mail Address
-
ferebeers@nhlbi.nih.gov
(ferebeers@nhlbi.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR 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 DOCUMENT WILL NOT BE ISSUED. (ii) The solicitation number is NHLBI-CSB-(TR)-2012-195-RSF. The solicitation is being issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-59, May 10, 2012. (iv) The associated North American Industrial Classification System (NAICS) code for this procurement is 333314 with a small business size standard of 500 Employees. This acquisition is being conducted in accordance with FAR Part 12 and FAR Part 15. (v) PRODUCT DESCRIPTION: The continuous flow hydrogenation reactor and gas module shall meet the following requirements: 1. Must be able to do carbonilations (the insertion of CO). 2. Must have reusable cartridges. 3. Must have a reaction zone volumeof 0.276 mL (two orders of magnitude smaller than the minimum of 10mL in NFPA 45 requirement). 4. Must comply with with NFPA 45, Annex C part C.5.3 paragraphs (5 and 6). Thus: a. Limiting the quantities of flammable or reactive chemicals used in or exposed by the experiments. b. Limiting the quantities of reactants of unknown characteristics to fractional gram amounts until the properties of intermediate and final products are well established. 5. Must internally generate H2 by water electrolysis; only 2mL H2 generated @ 1bar. 6. Must be able to be installed on a bench top or in a standard fume hood. 7. Must NOT need the use of a severely hazardous H2 cylinder. 8. Must be compatible with CatCarts which are a quick, clean, and a simple 100% safe way to handle hydrogenation catalysts. 9. Must have parameter range significantly higher opening up access to chemistries, e.g. reduction of aromatic heterocycles. 10. Must have higher temperature and pressure capability reduces reaction times from days to minutes. 11. Reaction analysis must be made by collecting reaction mixture elution. 12. Must be able to use sealed, preloaded, and disposable catalyst cartridges. 13. Must have easy-to-use touch-screen interface where ALL reaction parameters can be controlled. 14. Must be able to change parameters such as temperature, pressure, and flow rate during the reaction. 15. Must be able to incorporate continuous flow of solvent for unlimited reaction sizes. 16. Must be able to have 60 reaction conditions optimized daily. 17. Must be able to recycle catalyst to be reused with different substrates. 18. Must be able to react to small volumes continuously leading to high reproducibility. 19. Must be able to control the residence time to be fine tune towards the targeted reaction using precise flow rate control. 20. Must be able to reduce the number of steps in a complex synthesis, and reduce hazardous waste generated. 21. Must be able to carry out highly exothermic reactions, such nitro reduction, safely by efficient heat dissipation and short residence time. 22. Capillary Tray (vi) The FAR Provision 52.212-1, Instructions to Offerors - Commercial Item applies to this acquisition and is hereby incorporated by reference. All Federal Acquisition Regulation (FAR) clauses may be viewed at http://acquisition.gov/comp/far/index.html (vii) FAR clause 52.212-2, Evaluation - Commercial Items is applicable to this requirement. The award will be made based upon the technical specifications of the required products/services and delivery period in this synopsis, and to the lowest price, technically acceptable quote meeting the Government's requirements. The offerors must respond to the technical evaluation criteria and provide a firm fixed price quote. The Government intends to evaluate offerors and award a contract without discussions with offerors. Therefore, the initial offer should contain the offerors 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 must include 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. Note: In order to receive an award from NHLBI, contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov, and ORCA https://orca.bpn.gov/login.aspx. (viii) (x) The Offeror must submit a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. (ix) (xi) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following clauses are added as and addendum to FAR clause 52.212-4 and are applicable to this requirement: FAR Clause 52.209-7 Information Regarding Responsibility Matters (Jan 2011); FAR Clause 52.216-2, Economic Price Adjustment--Standard Supplies (January 1997); FAR Clause 52.216-19, Order Limitations (October 1995); and FAR Clause 52.217-6, Option for Increased Quantity (March 1989). (x) (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following are the additional FAR clauses cited in the clause applicable to this acquisition: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)); Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)); 52.233-3, Protest after Award (AUG 1996) (31 U.S.C. 3553); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78); 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644).; Alternate I (OCT 1995) of 52.219-6; 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); and 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (xi) The Offer is due Monday, July 5, 2012, at 7:00 a.m., Eastern Standard Time at the National Institutes of Health, National Heart, Lung and Blood Institute, 6701 Rockledge Boulevard, Suite 6145, Bethesda, Maryland 20892-7902, Attention: Rashida Ferebee or at ferebeers@nhlbi.nih.gov. Responses will only be accepted if dated and signed by an authorized company representative. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. (xii) For Additional information, contact Rashida Ferebee, Contracting Officer, electronically at ferebeers@nhlbi.nih.gov. (xiii) Place of Contract Performance: NCATS, Bethesda, Maryland 20892
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(TR)-2012-195-RSF/listing.html)
- Place of Performance
- Address: NIH/NCATS, Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN02786710-W 20120628/120626235442-2a87851bc82bd58974917d1f5fc20520 (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 |