Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 18,1999 PSA#2412

National 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