Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 23, 2020 SAM #6750
SPECIAL NOTICE

66 -- Chromatography System

Notice Date
5/21/2020 6:40:42 PM
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SB-SS-20-006771
 
Response Due
6/2/2020 9:00:00 AM
 
Archive Date
09/30/2020
 
Point of Contact
Debra C. Hawkins, Phone: 3018277751
 
E-Mail Address
Debra.Hawkins@nih.gov
(Debra.Hawkins@nih.gov)
 
Description
Description: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition.� It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.� Responses will not be considered as proposals or quotes.� No award will be made because of this notice.� The Government will NOT be responsible for any costs incurred by the respondents to this notice.� This notice is strictly for research and information purposes only. Background Information and Objective:� The National Institute on Aging (NIA), Intramural Research Program (IRP), Laboratory of Molecular Biology and Immunology (LMBI), Immunoregulation Unit, studies the immune system in healthy aging and disease with the purpose of developing improved vaccines and immune therapies for the elderly population. This requires in-house designed production and isolation of proteins, process performed with the use of a Chromatography System. The purpose of this acquisition is to procure one (1) each Chromatography System designed for quick, reliable separation of proteins and peptides. Enables rapid scouting of protein purification conditions with automated gradients and buffer preparation. The intent of this action is to purchase a Chromatography System.� �The Chromatography System is brand-name or equal to the NGC Scout 10 Plus Chromatography System, manufactured by Bio-Rad Laboratories, Inc., 1000 Alfred Nobel Drive, Hercules, CA 94547-1811.� The NGC Scout 10 Plus Chromatography System include: (1) BIO 7880007, NGC Scout 10 Plus Chromatography System, 1-each; (2) BIO RAD 7884015, PC for ChromLab w Software and database, 1-each; (3) BIO RAD 7884027, Monitor NGC, 1-each; (4) BIO RAD 7410002, BioFrac Fraction Collector, 1-each; (5) Shipping; and (6) one-year warranty. Salient characteristics.� The NGC� Scout 10 Plus Chromatography System is designed for medium throughput labs. It has automated 10 ml/min pumps that provide accurate gradients for high-resolution separations for any application. This instrument may be used for creating automated buffer gradients with buffer blending for rapid scouting and purification of proteins, peptides, and nucleic acids. The NGC Scout 10 Plus System has a multi-wavelength detector with simultaneous four-wavelength monitoring for high-accuracy detection of proteins, peptides, and nucleic acids combined with conductivity measurements. The system also allows gradient separations at different pH values for rapid method development. Fractionated samples can be easily collected from analytical- to preparative-scale purifications using the NGC Fraction Collector and BioFrac� Fraction Collector. To learn more, watch the NGC System tour. The NGC Scout 10 Plus System includes: (1) NGC Two-Tier Base Frame; (2) �NGC F10 Pump Module for a flow rate of 0.001�10 ml/min at 3,650 psi (252 bar, 25.2 MPa); NGC Mixer Module, small (263 �l); (3) includes an extension mixer barrel (750 �l); NGC Multi-Wavelength Detector Module for simultaneous four-wavelength detection at 190�800 nm and salt gradient monitoring, with integrated conductivity monitor; includes tubing and fittings and one 5 mm flow cell; (4) NGC Sample Injection Valve Kit for automated application of small sample volumes from sample loops or large sample volumes using an optional sample pump; (5) NGC Buffer Blending Valve Module; (6) NGC pH Valve Module, includes 1 NGC pH Probe (Ag/AgCl); (7) integrated system touch screen; (8) ChromLab� Software for instrument control, data collection, and data analysis; (9) documentation CD containing manuals for use with NGC systems; (9) NGC Buffer Tray; and (10) NGC Communication Adaptor for connecting the BioFrac Fraction Collector. Features and Benefits of the NGC Scout 10 Plus Chromatography System.� A flexible, customizable chromatography system to suit both your application and workflow needs: (1) The Guided Fluidics selection tool (patent pending) coupled with the Module Discovery system enables a single-click application-based system setup through automated module function recognition; (2) The Tier Rotate� design allows optimal placement of valves and detectors to minimize the flow path; (3) Compact footprint � fits in a refrigerator; (4) Point-to-Plumb� lighting shows the step-by-step LED-guided plumbing of the system; (5) Unique ChromLab software provides powerful system control, automated methods, and analysis options. Applications and Uses of Medium-Pressure Chromatography Systems.� Preparative- to analytical-scale isolation, purification, and analysis of multiple types of molecules: (1) Recombinant protein purification and refolding; (2) Monoclonal antibody purification; (3) Removal of viruses, protein preparations; and (4) Analysis of plasma proteins for disease diagnosis. More Information: NGC System modular components allow your chromatography system to meet both laboratory space and application requirements. As these requirements change, systems may be easily reconfigured and seamlessly upgraded with increased functionality, such as higher flow rates, more sophisticated detection capabilities, pH monitoring, column scouting, and buffer blending. Use the configurator tool to build the best system to fit your needs.� A PC controller enables easy communication with the workstation and peripheral devices. The controller includes the Windows 7 operating system, application software, a keyboard, mouse, and high-resolution flat-panel monitor. Anticipated period of performance / delivery date:� The Government�s anticipated delivery period is thirty (30) days after receipt of order. ��� Other important considerations: The response may cite any other information that is necessary for potential respondents to understand the nature of the potential requirement or proposed acquisition. Capability statement /information sought.� The respondents must submit clear and convincing evidence that their product is equivalent or superior to the brand-name product specified in this notice.� The response shall include: the 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 to determine the method of acquisition.� The information must address each of the minimum specifications and the equivalent elements of the brand-name parts stated herein.� The response must also indicate the country of manufacturer. The response must also include their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. The response must be clear and concise in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2� x 11� paper size, with 1� top, bottom, left and right margins, with single or double spacing, and limited to ten (10) pages (exclusive of the cover page, executive summary, or references, if requested). All responses to this notice must be submitted electronically to Debra C. Hawkins Contractor, Acquisition Policy Analyst II, at debra.hawkins@nih.gov on or before June 1, 2020, 12:00 PM.� Facsimile responses are NOT accepted. Disclaimer and Important Notes:� This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to provide the product or perform the services specified herein. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: �No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9d72decb863f4721a4da202c09b5e534/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN05665890-F 20200523/200521230213 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.