Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 24, 2017 FBO #5692
SOLICITATION NOTICE

66 -- Scale-up Flash Purification System

Notice Date
6/22/2017
 
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 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-2017-355
 
Archive Date
7/17/2017
 
Point of Contact
Stacey M Polk,
 
E-Mail Address
spolk@nida.nih.gov
(spolk@nida.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
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. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2017-355 and the solicitation is issued as request for quotation (RFQ) This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94,2005-95 / 01-19-2017. The associated NAICS code 334516 and the small business size standard 1000 employees. This requirement is full and open, unrestricted. The purpose of this requirement is to obtain Scale-up Flash Purification Systems to assist with various research activities, including, but not limited to, high-throughput screening, parallel synthesis, assay optimization and bioconjugate preparation. Background: The National Center for Advancing Translational Sciences (NCATS) is a part of the National Institutes of Health (NIH), which mission it is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. Mission one for the chemistry team here at NCATS is the follow-up and optimization chemistry on actives derived within the screening network. In order to successfully accomplish this mission, the chemistry team must be capable of the fast and efficient synthesis and purification of small molecules. In our research, we need to assess the biological utility of small molecules, prepared in our laboratory. This determination relies on the purity and correct identity of the compound of interest. Contractor Requirements: Brand Name or Equal Teledyne (Far Clause 52.211-6 Brand Name or Equal. (Aug 1999), is applicable to this requirement) 1.CombiFlash Torrent Module1 ea 2.CombiFlash Torrent Sample Load Pump1 ea 3.CombiFlash Torr"ent Fraction Valve1 ea 4.Adjustable Solid Load Cartridge Cap1 ea 5.High Flow Foxy R2 Fraction Collector1 ea 6.Set of two Racks for (18) 480mL glass bottles1 set 7.Shipping & Handling1 ea Salient characteristics: 1.Shall have one liter-per-minute gradient system capable of separating up to 300 grams in a single purification run. 2.Shall have the ability to monitor solvent supply and waste to enable walk-away automation. 3.Shall have pressure and vapor sensors. 4.Shall have fully grounded tubing to allow for high flow rates and air purging of the column after use 5.Shall have a programable system with a variety of sample, solvent, fraction, and waste handling configurations. 6.Shall be compatible with RediSep columns currently in use in NCATS Chemsitry Labs 7.Shall have the ability to produce an accurate and reproducible binary gradient with minimum of 1 L/min gradient profiles. 8.Shall be capable of active level sensing to ensure adequate solvent for purifications and prevention of waste overflows. 9.Shall have the ability to load low-solubility samples. 10.Shall have the ability to pump large volumes of liquid samples via an open-top cartridge or laboratory vessel. 11.Shall collect peaks via slope, threshold, or time windows. Detect at one, two, or all wavelengths using the internal UV or UV-vis PDA detector. Detection: 200-360 nm 12.Shall have PeakTrak (or equal) software to control six-port fractionation valve to collect peaks within time windows. 13.Shall have the ability to choose from a variety of collection containers 14.Shall have the ability to recognize RediSep columns and automatically select an optimized purification method. 15.Shall have the ability to use up to 480ML bottles/racks. 16.Shall have the ability to use 16mm to 25mm test tubes/racks. 17.Shall have funnel racks with ability to collect unlimited fraction volumes. 18.Sample size: 0.5 to 300 grams 19.RediSep Rf column sizes: 80 gram to 3 kilogram 20.Flow rate: 50-1000 mL/min 21.Maximum pressure: 100 psi (6.89 bar) 22.Gradient: Binary, high pressure solvent mixing with linear, step, or isocratic capability. Two solvent inlets. 23.Gradient accuracy: <2% full scale from 0.2 to 1.0 liter/min. 24.Sample injection: Shall have automated injection with options of solid load cartridges, liquid load, or direct injection. 25.Controller: ≥10.4 inch touchscreen 26.Fraction collection: Up to four fraction collectors, fractionation valve, or manual collection 27.Shall have active level sensing for inlet and waste containers 28.Module dimensions: not to exceed (W x D x H) 18.5" x 17.9" x 28.1" 29.Module weight: Not to exceed 65 lbs 30.Operating voltage:100 VAC 50 Hz, 31.Shall have Safety and sample security: Static-dissipative tubing throughout. Vapor sensor for internal leak detection. Overpressure sensor. Active solvent and waste level sensing. Audible alarm when user intervention is required. Period of Performance: Delivery within four weeks ARO Delivery to: National Institutes of Health 9800 Medical Center Drive Building B Rockville, MD 20850 The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a)The Government will award a contract resulting from this solicitation to the lowest price technically acceptable (LPTA) offer. To be technically acceptable, the offer must satisfy the salient characteristics listed in this solicitation. (b)Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c)A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Offeror is to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The Contractor shall comply with the following FAR clauses: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.222-3 Convict Labor (June 2003). 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 2016) 52.222-21 Prohibition of Segregated Facilities (Apr 2015). 52.222-26 Equal Opportunity (Sept 2016). 52.222-36 Equal Oppurtunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (March 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act-Alternate II (May 2014) 52.225-4 Buy American-Free Trade Agreements-Israeli Trade Act Certificate-Alternate II (May 2014) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (JUL 2013). The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. 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, Origin, etc), 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; maintenance availability; and environmental and energy efficiency considerations. 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." All responses must be received by the due date specified in this solicitation and reference number HHS-NIH-NIDA-SSSA-CSS-2017-355. Responses may be submitted electronically to Stacey Polk, spolk@nida.nih.gov. Fax responses will not be accepted. Request for additional information may be sent to Stacey Polk, spolk@nida.nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-CSS-2017-355/listing.html)
 
Place of Performance
Address: National Institutes of Health, 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN04555222-W 20170624/170622235739-0d6ee084623e74a1399e58f9024cd2e7 (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.