SOLICITATION NOTICE
66 -- AKTA Pure 25 M Chromatography System
- Notice Date
- 9/17/2025 10:45:37 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
- ZIP Code
- 20817
- Solicitation Number
- 75N94025Q00249
- Response Due
- 9/23/2025 2:00:00 PM
- Archive Date
- 09/24/2025
- Point of Contact
- ROBINSON, TINA, Phone: 13014437796
- E-Mail Address
-
robinsti@mail.nih.gov
(robinsti@mail.nih.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a separate written solicitation will not be issued. This solicitation number is 75N94025Q00249 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2025-06. The North American Industry Classification (NAICS) Code is 334516 and the business size standard is 1000e. However, this solicitation is not set aside for total small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) is seeking a vendor who can provide the following new brand name Cytiva AKTA Pure 25 M , accessories/components, etc. as per this notice: PN: 29018226 - AKTA pure 25 M � Qty (1) EA Multiple-wavelength monitoring from 190 - 700 nm, three (3) wavelengths simultaneously, includes 1-year warranty, installation & on-demand elearning training modules. 2. PN: 29011357 - Inlet Valve Kit (V9 IAB), Provides buffer inlets, A1,A2/ B1,B2 � Qty (1) EA 3. PN: 29011356 - Outlet Valve Kit V9 Os 1-outlet, 3-ports: fraction collector, waste & flow-through or re-inject � Qty (1) EA 4. PN: 29027743- Fraction collector F9 C � Square enclosed unit for both deep-well plate, test tube & 250 ml bottle collection, includes deep-well cassettes (x4) & 50 ml cassettes (x2) Qty (1) EA 5. PN: 29027745 - Sample pump S9 � Qty (1) EA 6. PN: 29702890- UNICORN 7 Workstation pure BP exp � Software only, v 7.10 requires Windows 10 OS or Windows 11 OS computer (64-bit, 8 - 16 Gb RAM, 256 - 500 Gb hard drive space RAID recommended (Qty (1) EA 7. PN: 29011367 - Column Valve Kit (V9-C, 5columns) By-pass & reverse-flow functionalities as well as pre- & post-pressure sensors � Qty (1) EA 8. PN: 28956425 - Cassette, for 8 ml tubes (2-pack) 24 (8 ml tubes), total per tray = 144 � Qty (3) EA The Akta Pure 25M features/benefits: use titanium pump heads that prevent hydrophobic product buildup. utilize xenon flash lamps for multi-wavelength detectors and fiber optics, alongside LED technology for single-wavelength systems. use UNICORN software for ease of process transference, and support for both analog and digital signals needed for various detectors come with extensive support and documentation for the systems, including both onsite and remote support. come with support and training. including participation in courses, an online training catalog, and ongoing support beyond the warranty period. allow for pairing with analog and digital signals needed for Wyatt and many other detectors. Modular system design with a large range of options to allow flexibility in purification of proteins and peptides Intuitive and flexible method creation, system control, and evaluation with UNICORN software Practical size, for easy placement on laboratory bench or in cold cabinet Reliable system with components and integrated features based on the proven design of �KTA protein purification systems Predefined method settings for all laboratory-scale chromatography columns The product line has large-scale adoption and is unique in its ease of process transference. The method can quickly be adapted to a new configuration line for the larger scale system since UNICORN runs all the systems. The labs� current AKTA instrument has always been used in the lab's research and has provided high quality results for protein purification for many years. The new instrument will be an updated version, which will provide more advanced features and improved function. The lab�s �KTA systems leverage titanium pump heads, which prevent the buildup of hydrophobic products within the pump head. This is particularly useful for handling denatured or misfolded proteins that can be hydrophobic. Other systems typically use PEEK plastic pump heads, which are hydrophobic and may lead to issues with hydrophobic product buildup. UV Modules: �KTA systems utilize xenon flash lamps for multi-wavelength detectors and fiber optics, alongside LED technology for single-wavelength systems. This design minimizes temperature changes at the flow cell and reduces the need for frequent lamp exchanges. Other systems often have hot lamps mounted proximal to the flow cell, causing temperature changes at the flow cell and necessitating repeated lamp exchanges. The lab�s software, UNICORN, has been in use since 1996. The requested AKTA 25 M is compatible with this software. Thus, allowing for continuation of the labs� ongoing studies and research, thus compatible with already obtained data, etc. The longevity and scope of the UNICORN software for purification equipment is unique in the industry. Delivery Address: National Institutes of Health 9000 Rockville Pike Bethesda, MD 20892 This will be a Firm Fixed Price Purchase Order The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications � Commercial Products and Commercial Services (May 2024) (Deviation Feb 2025) with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors � Commercial Items; FAR Clause 52.212-2, Evaluation � Commercial Items - The Government will award a procurement resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, based on lowest price and technically acceptable. FAR Clause 52.212-4, Contract Terms and Conditions � Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Products and Commercial Services (Jan 2025) (Deviation Feb 2025); FAR Clause 52.204-8 Annual Representations and Certifications (Jan 2025) (Deviation Feb 2025) � Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Unique Entity ID (UEI), the Taxpayer Identification Number (TIN), and the certification of business size. Note: The contractor/offeror must provide a completed copy of FAR 52.204-24, ""Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment"" with their quote in response to this solicitation. The clauses are available in full text at http://www.acquisition.gov/far/. Interested vendors capable of furnishing the government with the items specified in this synopsis should submit a copy of their quotation via email to robinsti@mail.nih.gov. Responses to this solicitation must include enough information to establish the interested parties� bona-fide capabilities of providing all products needed as per this solicitation. Responses must be accompanied by descriptive literature, warranties, delivery timeframe, installation, system training and/or other information that demonstrates that the offer meets all the foregoing requirements. Quotations will be due on September 23, 2025, before 5:00 pm eastern daylight time via email to robinsti@mail.nih.gov. Attn: Tina Robinson. The quotation must reference �Solicitation number 75N94025Q00249. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# 75N94025Q00249 in the subject line of email. Note: In order to receive an award, contractors must maintain an active SAM registration for all awards throughout the entire contract/order lifecycle, from offer submission to final payment. Failure to maintain an active SAM registration can jeopardize the award or result in non-payment. Lack of valid registration in SAM will make an offeror ineligible for award. Note: �System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals� Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ad419d50440745c9b00568e711755f40/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN07594886-F 20250919/250917230044 (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 |