|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1999 PSA#2412National Cancer Institute, Research Contracts Branch, PSAS, 6120
Executive Blvd, EPS/Room 638, Bethesda, MD 20892-7227 66 -- HPLC SYSTEM SOL RFQ-NCI-90158-NR DUE 090399 POC Marsha Gorham,
Purchasing Agent, & Todd Cole, Contracting Officer 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, RFQ-NCI-90158-NR, includes all applicable provisions
and clauses in effect through FAR FAC 97-12. The acquisition is being
made in accordance with the test program for using simplified
procedures for certain commercial items authorized in FAR 13.5. This
requirement is set-aside for small business. The Standard Industrial
Code is 3826, and the business size standard is 500 employees.
REQUIREMENT: The National Cancer Institute (NCI) requires a new HPLC
system. LC technology is required for metabolism studies. A system with
high precision (reproducibility), compositional accuracy and pulsation,
and sensitivity at higher spectral resolutions is necessary.
Specifically, the Research HPLC System with Cooling Accessories shall
have the following minimum characteristics and features to accomplish
the required research: 1.) The Hydraulic System shall be dual serial
spindle driven, self centering floating variable stroke piston design
with piston displacement from 16-100ul; 2.) Shall utilize
microprocessor controlled stepper motor and synchronous solvent mixing
valve assembly; 3) Flow rate range shall be 0-9.99ml/min in 0.01
mi/min. increments; 4) Flow rate precision shall be +/-0.1% independent
of system pressure; 5) Up to four or more solvents; 6) Typically less
than +/- 1.0% of system pressure at all pressures greater than 10 Mpa;
7) Shall have 160 position automatic sampler vial capacity or greater;
8) The temperature range shall be from 4 -- 40 degrees Celsius and
shall be electronically controlled; 9) The composition range shall be
0-100 % in 0.1 increments; 10) The composition accuracy shall be +/-
0.5% independent of system pressure; 11) The Composition Precision
shall be 0.1% RSD binary gradient water/acetonitrile; 12) Pressure
Range shall be 0-40 Mpa to 5 ml/min. and 0-20 Mpa for 5-10 ml/min.; 13)
Shall display real time in Mpa or psi; 14) Shall operate under central
software control with real-time display of spectra and simultaneous
display of individual wavelength; 15) Shall be computer controlled with
operating software. Delivery shall be FOB Destination or FOB Origin
with transportation insurance provided by the vendor with inside
delivery, no later than 60 days after receipt of order. Offerors must
provide descriptive literature, warranties, and/or other information in
sufficient detail to demonstrate that their quotation fully meets the
requirements of this solicitation. The contract will be awarded to the
lowest price offer that fully meets the requirements of this
solicitation. The following FAR provisions and clauses apply to this
acquisition: FAR 52.212-1, INSTRUCTION TO OFFERORS -- COMMERCIAL ITEMS;
FAR 52.212-2, EVALUATION -- COMMERCIAL ITEMS; FAR 52.212-3, OFFEROR
REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS -- WITH DUNS
NUMBER ADDENDUM; FAR 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 ITEMS
-- DEVIATION FOR SIMPLIFIED ACQUISITIONS. The following FAR clauses
cited in paragraph (b) of the clause at FAR 52.212-5 are also
applicable to this acquisition: FAR 52.222-26, EQUAL OPPORTUNITY; FAR
52.222-35, AFFIRMATIVE ACTION FOR DISABLED VETERANS AND VETERANS OF THE
VIETNAM ERA; FAR 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH
DISABILITIES; FAR 52.222-37, EMPLOYMENT REPORTS ON DISABLED VETERANS
AND VETERANS OF VIETNAM ERA; AND FAR 52.225-3, BUY AMERICAN ACT --
SUPPLIES; 52.232-33; 52.232-34; and PAYMENT BY ELECTRONIC FUNDS
TRANSFER -- OTHER THAN CENTRAL CONTRACTOR REGISTRATION. Offers must be
in writing and shall be submitted as follows: 1) One original and two
copies of a completed SF-18 or SF-1449 with a completed "Schedule of
Offered Supplies/Services," signed by an authorized individual to bind
the organization; 2) a completed copy of FAR 52.212-3 "Offeror
Representations and Certifications -- Commercial Items -- with Duns
Number Addendum," signed by an authorized representative of the
offeror; 3) descriptive literature and other information indicating
that the quotation meets the requirements; and 4) acknowledgment of
amendments, if any. All offers and related materials must be received
in the noted office by no later than 3:00 PM EST on September 03, 1999.
Full text copies of the representations and certifications or other
cited provisions and clauses may be obtained from Marsha Gorham,
Purchasing Agent, on (301)402-4509. Please cite the solicitation
number, RFQ-NCI- 90158-NR, in your offer. Posted 08/16/99 (W-SN368032).
(0228) Loren Data Corp. http://www.ld.com (SYN# 0329 19990818\66-0008.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|