SOLICITATION NOTICE
66 -- Automated Flash Chromatography System
- Notice Date
- 8/28/2012
- Notice Type
- Combined Synopsis/Solicitation
- 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)-2012-232-DDC
- Archive Date
- 9/20/2012
- Point of Contact
- Deborah - Coulter, Phone: (301) 435-0368
- E-Mail Address
-
dc143b@nih.gov
(dc143b@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Title: Automated Flash chromatography System i. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 will not be issued." ii. The solicitation number is NHLBI-CSB-(HL)-2012-232-DDC and the solicitation is issued as a request for quotation (RFQ). iii. The resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2005-060. The total contracted dollar amount, including options will not exceed the simplified acquisition threshold. iv. The North American Industry Classification (NAICS) Code is 334516 and the business size standard is 500 employees. The market research conducted by the Government has determined that there are not two or more small businesses with the capabilities to satisfy this requirement. Therefore, there are no socio-economic set-aside restrictions for this requirement. This acquisition is being conducted in accordance with the procedures of FAR Part 12 Acquisition of Commercial Items. v. The COAC Services Branch, Officer of Acquisitions, DERA National Heart, Lung and Blood Institute (NHLBI) (NIH) has a requirement for the Imaging Probe Development Center (IMPC), The Division of Intramural Research (DIR) for the purchase of an Automated Flash Chromatography System. vi. The statement of work as follows: BACKGROUND INFORMATION: The Imaging Probe Development Center is a state-of art synthetic chemistry core facility dedicated to the production of novel imaging agents for the entire NIH community. The primary goal of IPDC is to expedite basic and translational research across all imaging modalities. IPDC has synthesized diverse chemical compositions for our NIH collaborators PURPOSE AND OBJECTIVES OF THE PROCUREMENT: The Center has currently a need for a chromatography purification system. The flash chromatography system will be utilized in purification of large amount of compounds produced at IPDC. Statement of Work Minimum Specification for the Automated Flash Chromatography System The following features of an Automated Flash Chromatography system are critical to the IPDC researchers in efficient performing of their work and have to be met: 1) Dimensions: No more than 24" (61 cm) H x 14.1" (36 cm) W x 17" (43 cm) D. Small footprint is essential for our lab to ensure that the flash system fits our limited bench space. 2) Flow Range: from 5 to 200 mL/min to perform purifications from a milligram to gram scale. 3) Gradients: Four solvent, binary, often separations of our compounds requite three solvents configuration or two solvents and additive, thus to avoid inaccurate pre-mixing of solvents, or switching solvents bottles during the run, it is necessary for us to have the four solvent system. 4) Maximum Pressure: 200 psi (14 bar) that enables purifications on normal and reverse phase columns, both routinely run in our lab. 5) Pump and High Pressure Gradient Formation: Dual, high-pressure positive displacement piston pumps that is able to pump accurate gradients for accuracy below one percent, and flow rates of any density solvent. This is necessary to our group, as we often run shallow gradients and any deviation will negatively affect the run and cause loss of material, solvents and time. 6) Detection: a) Full UV-Vis detection spectral range from 200 nm to 780 nm is a must feature, since many of the imaging agents synthesized at IPDC are near-infrared (NIR) fluorescence dyes or dye-conjugates with absorption in the range of 700 nm. b) Integrated internal ELSD (Evaporative Light Scattering Detector) in series with PDA (Photo Diode Array) detector as opposed to an external, stand-along ELSD configuration is a necessity because of bench space limitations and envisioned walkup application of the instrument. The ELSD detects peaks with little or no UV chromophore, which is necessary for our group, since our compounds of interest often lack a chromophore. c) A built in flow splitter in the ELSD to reduce the flow to a fixed 0.5 ml/min from chromatography system for a minimal amount of sample loss due to user errors operation. Again the system is intended to be used as a walkup instrument. d) Furthermore, all operating parameters of the integrated ELSD must be handled in a fully automatic mode by software or be minimalized. 7) Software: The software must be user-friendly and easy to use so that all IPDC staff members, including less experienced junior staff members, can use the system to perform purifications in an efficient and safe mode without losing their valuable samples, and without extensive supervision from senior staff. 8) Fraction Collection: Internal fraction collector and large fraction capacity for longer runs without a need for changing racks, as well as availability of a variety of collection racks that enables adjustment of test tube volume to the amount of purified sample, for example racks for test tubes 13mm, 16mm, 18mm, 25mm, 28 mm and larger. 9) Scale and Loading capacity: able to run separations from a few milligrams to tens of grams on 4g up to 330g columns. 10) Auto-inject Self-cleaning valve that features wide bore, straight plumbing and is self-cleaning for prevention of clogs and cross contaminations. IPDC has a large work volume that involves purifications of a broad range of compounds. The self-cleaning feature, used to wash away materials that can contaminate the next run, is essential to us. It prevents losing valuable compounds and minimizes our time, thus maximizing efficiency. 11) Back-pressure monitoring feature is desired in separations of insoluble compounds which can precipitate on the column causing an increase in pressure and shutting down of the instrument. A system that has back-pressure monitoring will automatically decrease the flow, allowing the instrument to continue the separation which eliminates the need for the end user to repeat the separation and lose time and money. 12) Solvent monitoring that reduces the amount of time for IPDC staff to monitor the instrument thereby improving laboratory efficiency. Solvent monitoring will eliminate the possibility of an improper solvent mixture leading to loss of sample, reducing statistical error of sample loss and saving money for the lab. This feature makes operation of the instrument less costly than instruments which lack the solvent monitoring feature. 13) RFID (Radio Frequency Identification) of Columns identifies the columns and loads the appropriate method for the best separation. This makes the instrument more user-friendly so that all IPDC staff members, including less experienced junior staff members, can use the system to perform purifications in an efficient and safe mode. 14) RFID (Radio Frequency Identification) of Racks identifies the fraction, sets the maximum fraction size and prevents hazardous overflows and spills of flammable solvents, thus making the lab safer for the IPDC staff. 15) Safety Features: Grounded solvent path, Solvent level-sensing, Waste level-sensing and integrated column air-purge are safety features that are a necessity to the IPDC and the safety of the other workers in the building. vii. The delivery date is two weeks after receipt of order, at the NIH facility. viii. FAR clause 52.212-1, Instructions to Offerors - Commercial Items, is applicable to this requirement and is incorporated by reference. ix. FAR Clause 52.212-2, Evaluation - Commercial Items, is applicable to this requirement. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Contract shall meet all of the requirements outlined in the Statement of Work. x. FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is applicable to this requirement, and is incorporated by reference. xi. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, is applicable to this requirement, and is incorporated by reference. xii. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items is applicable to this requirement, and the following clauses are incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate 1 (OCT 1995); FAR 52-219-4, Notice of Price Evaluation Preference for HUBZONE SMALL Business Concerns (JUL 2005); FAR 52.219-8, Utilization of Small Business Concerns (MAY 2004); FAR 52.219-9, Small Business Subcontracting Plan (APR 2008); FAR 52.219-16, Liquidated Damages - Subcontracting Plan (JAN 1999); FAR 52.219-28 Post Award Small Business Program Representation (APR 2009); Far 52.222-19, Child Labor - Cooperation with Authorities and Remedies (AUG 2009); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006); FAR 52.22-36, Affirmative Action for Worker with Disabilities (JUN (1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veteran of the Vietnam Era, and Other Eligible Veterans (SEP 2006); FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2010); FAR 52.225-1, Buy American ACT - Supplies (FEB 2009); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT2003); and FAR 52.204-7, Central Contractor Registration (APR2008). xiii. There are no Defense Priorities and Allocations System (DPAS) assigned rating is applicable to this requirement. xiv. Responses to this request for quotation are due on September 5 2012 by 8:00 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 quotes and award a contract without discussions with the Offerors. Therefore, the initial quote 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 quotes, waive informalities and minor irregularities in quotes received. The Offeror's quote 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. The offeror must also register in the Government's Contractor Registry System. Note: www.ccr.gov. The responses must reference "Solicitation number" NHLBI-CSB-(HL)-2012-232-DDC. All responsible sources may submit a quote which if timely received shall be considered by the agency. Quotes must be submitted in writing to the COAC Services Branch, Office of Acquisitions, DERA, National, Heart, Lung and Blood Institute (NHLBI), 6701 Rockledge Drive, Suite 6042, Bethesda, MD 20892-7902, quotations will only be accepted if dated and signed by an authorized company representative. xvi. For additional information contact Deborah Coulter by email at address coulterd@nhlbi.nih.gov or by telephone at 301-435-0368. There are no set-aside restrictions for this requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(HL)-2012-232-DDC/listing.html)
- Place of Performance
- Address: NIH, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02858462-W 20120830/120829000302-57a93fc40a34fdc9af8e9ee2d5ae4b4b (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 |