Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2018 FBO #6134
SOLICITATION NOTICE

66 -- Centrifugal Vacuum Concentrator - Purchase Description - FAR Clauses 52.212-5

Notice Date
9/7/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, NCATS, National Institute on Drug Abuse, National Center for Advancing Translational Science (NCATS), 6001 Executive Boulevard, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
NIHDA201800545
 
Archive Date
9/29/2018
 
Point of Contact
Jessica Adams, , Jeffrey Schmidt,
 
E-Mail Address
jessica.adams@nih.gov, jeffrey.schmidt@nih.gov
(jessica.adams@nih.gov, jeffrey.schmidt@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
FAR Clauses 52.212-5 Purchase Description COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Title: Centrifugal Vacuum Concentrator (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 NIHDA201800545 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, dated June 15, 2018. (iv) The associated NAICS code 423450 and the small business size standard is 500 employees. This is a brand name or equal requirement with no set aside restrictions. (v) The National Center for Advancing Translational Sciences (NCATS) seeks to purchase a Centrifugal Vacuum Concentrator for use in the Medicinal Chemistry Lab. The Centrifugal Vacuum Concentrator will be used inside a glove box for state-of-art organic and inorganic laboratories to carry out reactions in an inert atmosphere. It is used to manipulate reagents and set up reactions that are air and moisture-sensitive. This will significantly improve and expand the repertoire of the types of chemistries that are being utilized at NCATS. This will enable carbon-carbon and carbon-heteroatom bonds formations, allowing access to small molecules that were restricted previously or required other circuitous synthetic chemistry. It will use automation to dispense air and moisture-sensitive reagents to reactions or vessels in multi-well formats for immediate use or storage. (vi) For reference, the system that meets the needs of this requirement must include the following Thermo Part Numbers, or their equal: • 1 each SC250P1-115 Speed Vap SC250P1 Kit includes FPR-4A rotor, 1 set of UPC-1 carriers and 1 GF4000 glass jar • 2 each RBA25-11-39, 25 PLC, 11MM X 39 These are the required specifications for the Centrifugal Vacuum Concentrator, or its equal are: 1) Unit must have 4 Infrared Chamber Lamps 2) Must have Oversized Exhaust Port 3) Footprint of unit cannot exceed 18" W x 25"H x 18" D 4) Must include controlled heat Glass Cover 5) Heat Range of 45° to 80°C 6) Must have Vacuum Level 20 to 0.1 7) Must have Timer settings 1 minute to 10 Hours 8) Must have Automatic Bleeder Valve 9) Must be able to fit into M. Braun Glove Box MB200MOD 49.5" W x 35.5"H x 30.7" D 10) The instrument must allow for the rapid evaporation of solvent under vacuum from at least 4 shallow or deepwell microwell plates simultaneously. 11) Because the main instrument (the concentrator unit) will be placed inside a glovebox, it must contain a modular vacuum pump and cold trap that are separate from the concentrator unit, allowing them to be located outside the glovebox. 12) The instrument must permit and be compatible with the use and evaporation of a variety of organic and aqueous solvents, including dimethyl sulfoxide (DMSO), dimethylformamide (DMF), chloroform, acetonitrile, toluene, methanol, and tetrahydrofuran (THF). 13) The instrument must contain heating elements, preferably IR heating elements, that facilitate the efficient evaporation of high-boiling solvents such as DMSO and DMF. 14) The entire vapor path of the instrument must be coated with PTFE and / or Kalrez to prevent corrosion, ensure chemical resistance, and maximize durability. 15) As it must fit inside the glovebox, the dimensions of the instrument must be no more than 19" x 19" x 26". Quantity 1 each Concentrator, or its equal 2 each Rotor Block, 25 PLC, 11MM X 39, or its equal (vii) Delivery Date: Eight (8) to twelve (12) weeks ARO. (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: •Technical Evaluation Factor: Offeror's technical approach will be evaluated for completeness, feasibility, soundness, and practicality for accomplishing the requirements of the Purchase Description. •Delivery/Period of Performance Evaluation Factor: Contractor's ability to meet or exceed the delivery date/period of performance in the Purchase Description. •Cost/Price Evaluation Factor: Offeror(s) cost/price will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the government that a prudent person would pay when consideration is given to prices in the market. (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. (xiii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (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 September 14, 2018, 1:00pm, Eastern Standard Time and reference number NIHDA201800545. Responses may be submitted electronically to Jessica Adams, Contract Specialist at jessica.adams@nih.gov. Fax responses will not be accepted. (xvi) The name and email address of the individual to contact for information regarding the solicitation is Jessica Adams, Contract Specialist at jessica.adams@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5f5c51cf3cc1b2b9b42d1fd2830c0f5a)
 
Place of Performance
Address: 9800 Medical Center Drive, Building A, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN05078716-W 20180909/180907231205-5f5c51cf3cc1b2b9b42d1fd2830c0f5a (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.