Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 05, 2016 FBO #5369
SOLICITATION NOTICE

66 -- Parr Bench Top Reactor System

Notice Date
8/3/2016
 
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 on Drug Abuse, 6001 Executive Boulevard, Room 3155, MSC 9593, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-NOI-2016-411
 
Archive Date
8/28/2016
 
Point of Contact
Stacey M Polk,
 
E-Mail Address
spolk@nida.nih.gov
(spolk@nida.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-NOI-2016-411 and the solicitation is issued as a Combined Synopsis Solicitation, Notice of Intent for PARR, BRAND NAME ONLY equipment. REGULATORY & STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 13.106-1, only one responsible source and no other supplies or services will satisfy agency requirements, and FAR Part 12--Acquisition of Commercial Items and is NOT expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13--Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6--Competition Requirements. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, dated July 14, 2016. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 334516 with size standard of 1000 Employees. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The non-competitive determination is based upon the market research conducted as prescribed in FAR Part 10--Market Research. A Sources Sought Notice was posted to FedBizOpps referencing the detailed requirements and no responses were received from vendors offering alternate or equal items conforming to the Statement of Work. The results of market research concluded that for the purposes of continuity of science and equipment compatibility, only Parr items are capable of meeting the needs of this requirement. The required equipment is needed to operate in a parallel fashion with the current Parr system to avoid downtime and change in the department's chemistry reactions/synthesis protocols. Interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. DESCRIPTION OF REQUIREMENT Purpose and Objectives The mission for the chemistry team is the optimization chemistry on "clinical candidates". The chemistry team must be capable of the fast and efficient synthesis and purification of small molecules. Project Description Contractor Requirements: The contractor will provide the following: Brand name: Parr 1.4563-T-M(HC)-HC-VS.12-3000-115-4848-no cooling-2 extra valves; Series 4560 Bench Top Reactor System: 600 mL vessel with removable head and cylinder constructed of Alloy C-276. Magnetic drive and internal wetted parts (in direct contact w/ the liquid process) constructed of Alloy C-276. External valves and fittings constructed of T316 SS* With the following specifications: A) MAWP Rating: 3000 psi at up to maximum temperature of 350°C B) PTFE Flat Gasket and Split Ring Closure C) Head to Include: 1) Magnetic Drive, 16 in-lbs torque, Alloy C-276 with stir shaft and turbine impeller 2) Rupture Disc of Alloy C-276, rated to 3000 psi 3) Pressure Gage, 0-3000 psi and Gas Release Valve 4) Double Valve Assembly with Liquid Sampling and Gas Inlet Valves over Dip Tube 5) With Thermowell and J-Type Thermocouple 6) Use cooling ports to add 2 additional needle valves for gas inlet connections D) Cylinder, 600 mL with ID of 2.5" and IL of 8.0" E) Mantle Heater 115V, 780W, Quick connect F) Variable speed motor, 1/8 hp G) 4848 Reactor Controller with the following specifications: 1) PID, temperature programmability with ramp and soak 2) Manual speed adjustment knob, 0-600 rpm 2.4561-conversion parts in Alloy C-276 for a 4563 Alloy C-276 vessel assembly with the following specifications: A) 452HCCH 300 mL cylinder, Alloy C-276 B) A2230HC18EB, 300 mL quick connect mantle heater, 115 V, 510W C) A1453HCCH, thermowell D) 217VBCH, TW connection nut E) 218VBCH, TW connection ferrule set F) 832HC4CH, dip tube G) 822HC15CH, shaft H) No cooling loop I) Use impeller from other reactor J) Support bracket on standard mag drive not required for 300 mL volume K) Use head from other reactor L) Assembly required Delivery/Period of Performance Within three weeks ARO Contract Type A firm fixed price purchase order within the Simplified Acquisition threshold is anticipated. Payment shall be remitted using Electronic Funds Transfer on a NET30 basis. RESPONSE INSTRUCTIONS Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. Offerors must provide both 1) a technical response and 2) a separate price quote. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; and maintenance availability. APPLICABLE TERMS AND CONDITIONS INCORPORATED BY REFERENCE The following FAR clauses and provisions shall apply to this solicitation: 1.All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2.FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2016) apply to this acquisition. In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." CLOSING STATEMENT All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by the closing date of this announcement must reference solicitation number HHS-NIH-NIDA-SSSA-NOI-2016-411. Responses shall be submitted electronically to Stacey Polk, Contract Specialist, at Stacey.polk@nih.gov. U.S. Mail and Fax responses will not be accepted
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-NOI-2016-411/listing.html)
 
Place of Performance
Address: National Institutes of Health, 9800 Medical Center Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04207502-W 20160805/160803235018-d3bdae51c8ca2cb4dd10f45afec3e10f (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.