Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2018 FBO #6117
SOLICITATION NOTICE

66 -- Automatic evaporator for use in automated medicinal chemistry laboratory - FAR Clauses

Notice Date
8/21/2018
 
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
NIHDA201800451
 
Point of Contact
Stuart G. Kern, Phone: 3014023334
 
E-Mail Address
stuart.kern@nih.gov
(stuart.kern@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NIH invoice and payment provisions. FAR 52.212-5 clauses COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Title: Automatic evaporator for use in automated medicinal chemistry lab (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 NIHDA201800451 and the solicitation is issued as a 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. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99-1, dated July 16, 2018. (iv)The associated NAICS code is 334516 and the small business size standard is 1000 employees. This requirement is set aside 100% for small business. (v)The National Center for Advancing Translational Sciences (NCATS), part of the National Institutes of Health, requires an automatic evaporator that can be integrated into an automated medicinal chemistry laboratory. NCATS seeks, on a brand-name or equal basis, a Biotage V-10 Touch evaporator with accessories. (vi)Capabilities and specifications: The system must be able to evaporate high boiling solvents generated by various chemistry processes from multiple samples in automation. The system must be able to rapidly dry samples dissolved in both aqueous and organic solvents. The system must work in automation to rapidly evaporate HPLC fractions from purification rapidly. The system will be utilized to dry-down compounds onto silica for easier dry load capabilities prior to purification with silica gel chromatography. It must be able to rapidly remove high boiling point organic solvents such as DMSO (or DMF or NMP) from synthesis, and recover small samples of compounds after acquiring NMR spectra in DMSO. Evaporation must be done without increasing the temperature of the sample. NCATS requires rapid turnaround time to enable rapid sequential same-day multistep synthesis with quick isolation and identification of intermediate. These are the required specifications for the evaporator: 1)Evaporation system must use vacuum at ambient temperatures to remove high boiling solvents such as water, DMSO, DMF and NMP from organic samples typically generated in medicinal chemistry laboratories. 2)The system must be capable of automatically evaporating solvents in parallel or sequentially from multiple samples. 3)The system must have the adaptability to use its evaporative technology to remove solvents from an HPLC rack of test tubes or from a flask with a high volume of solvent in automation. 4)Footprint not to exceed 15.7"W x 19"D x 21"D 5)Must have double trapping exhaust 6)Must have a heating range of 20-70°C 7)Must be able to handle speed of 3000 - 8000 RPM 8)Must have solvent management capabilities 9)Must be able to automatically load up to 16 sample vials 10)Must accommodate 14.5mm diameter vials in sizes 4 ml, 20 ml and 30 ml; 11)Must include a liquid handler robot 12)Must include installation and initial training The evaporator, with accessories if necessary, must provide the capability of the following Biotage V-10 Touch system, if purchased using the following part numbers: 1 each V-10 Touch system, V10-2XX; 1 each V-10 Solvent Manager upgrade, #414865; 1 each V-10 Carousel Vial Holder, 4mL 14.5mm (Type A/B), #411182; 1 each V-10 Automation Upgrade, #410876; 1 each Gilson Liquid Handler GX271-V10, #411816; 1 each Vacuubrand RZ 2.5 external vacuum pump, 120V, #412905; 1 each Vacuubrand RZ 2.5 external vacuum pump kit, 230V, #413149; 1 each External Vacuum Pump connection kit for Vacuubrand and Edwards hi-vac pumps, #413146; 1 each Installation and Training V-10, SER-V10-IN. (vii)Delivery is: National Center for Advancing Translational Sciences (NCATS) 9800 Medical Center Drive Building A Rockville, MD 20850 Attention: Sam Michael (viii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix)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 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: whether the capabilities and specifications satisfy the required specifications listed above; the extent to which the offer meets the capabilities of a system using the identified part numbers above; past performance; and price. Technical and past performance, when combined, are significantly more important than price. (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. (x)The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi)The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii)FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and is attached to this solicitation. (xiii)There are no additional contract requirements or terms and conditions applicable to this acquisition. (xv)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 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; maintenance availability; and environmental and energy efficiency considerations. Respondents proposing on an equal product of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. 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 Wednesday, August 29, 2018, at 2:00 p.m. Eastern time, and reference number NIHDA201800451. Responses must be submitted electronically to Stuart Kern at stuart.kern@nih.gov. Fax responses will not be accepted. (xvi)The name and telephone number of the individual to contact for information regarding this solicitation is Stuart Kern, Contract Specialist, 301-402-3334, stuart.kern@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800451/listing.html)
 
Place of Performance
Address: National Center for Advancing Translational Sciences, 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN05048277-W 20180823/180821231355-b3e24d89aa89db84f38b837b9cd66879 (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.