COMMERCE BUSINESS DAILY ISSUE OF JULY 16, 2001 PSA #2893
SOLICITATIONS
66 -- LIQUID CHROMATOGRAPHY SYSTEM
- Notice Date
- July 12, 2001
- Contracting Office
- National Institutes of Health, NIAID, Rocky Mountain Laboratories, 903 South 4th Street, Hamilton, MT 59840
- ZIP Code
- 59840
- Solicitation Number
- RML-RFQ-016
- Response Due
- July 31, 2001
- Point of Contact
- Lynda Kieres, Purchasing Agent (406) 363-9210 / Rebecca Guenthner, Contracting Officer (301) 402-2284
- E-Mail Address
- Click here to contact the Purchasing Agent via e-mail (lkieres@niaid.nih.gov)
- Description
- This notice 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; quotes are being requested and a written solicitation will not be issued. Submit offers on RML-RFQ-020. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27 (effective 06/25/2001). This acquisition will be processed under FAR Part 12 -- Acquisition of Commercial Items and is an unrestricted procurement. The North American Industry Classification Systems (NAICS) code for this procurement is 334516 and the size standard is 500 employees. SCHEDULE: The Rocky Mountain Laboratories, Laboratory of Human Bacterial Pathogenesis Branch has a requirement for a liquid chromatography system. SCHEDULE: Furnish, install and train personnel to operate a liquid chromatography system. The system must meet the following salient characteristics: 1) The system must have the ability to purify biomolecules including peptides, nucleic acids and proteins from complex starting materials derived from cell lysates, tissue homogenates, recombinant protein expression systems and other sources. 2) The system must allow for reverse phase analysis and purification of small molecules, peptides, and oligonucleotides. 3) The system must be able to perform separations based on a variety of sample characteristics such as molecular weight, net surface charge, and hydrophobicity, while retaining biological activity. 4) The system must be a two-pump system that can provide a flow rate range of 0.0001 to 10 ml/min and a pressure range from 0-25 Mpa (3624psi). 5) The mixer must be powered and controlled from the pump and have interchangeable mixing chambers of 0.6 and 2 ml. 6) The system must have a UV monitor that can simultaneously monitor three different wavelengths in a range of 190-700nm. 7) The pH/C monitor shall measure in-line conductivity, temperature and pH, allowing for auto-ranging between any two ionic-strength buffers with a conductivity range of 1uS/cm to 999mS/cm and a pH range of 0-14 with + 0.1 pH unit accuracy, temperature compensated. 8) The fraction collector shall allow fractionation by time, volume, UV threshold, slope threshold, position in the gradient as determined by conductivity or a combination of the above. 9) The fraction collector shall use a selection of racks that accommodates: 240 12 mm tubes or 120 18mm tubes and 8 30mm tubes; 45 30mm tubes, or 4 96 well microplates and 8 33mm tubes and allows a flowrate range of 0.0001 ml/min to 100 ml/min. 10) The system controller software shall monitor and control the two pumps, motorized valves and fraction collector, dynamic gradient mixer, UV monitor and conductivity/pH monitor in real-time. 11) The system shall include an autosampler that is controlled in real-time by the software. The autosampler shall be able to inject sample volumes in a range from 1 microliter to 1 ml in a simple and reproducible manner and have a minimum of three different methods for injection: flushed loop, partial loopfill; and ul pick up for very small volume delivery. FOB Point shall be Destination, Hamilton, MT. Delivery location is Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT. The following FAR provisions and clauses apply to this acquisition FAR 52.212-1 Instructions to Offerors Commercial; FAR 52.212-2 Evaluation Commercial Items; Award will be based on: 1) The capability of the item offered to meet the above stated salient characteristics; 2) Warranty; and 3) Price; FAR 52-212-4 Contract Terms and Conditions Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items applies to this acquisition. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3 Offerors Representations and Certifications Commercial Items. Warranty information to include period and coverage shall be stated. Offers may be mailed or faxed to the POC indicated above (Fax -- 406-363-9288). Offers must be submitted not later than 4:30 PM (MDS July 31, 2001. Copies of the above-referenced clauses are available upon request either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
- Record
- Loren Data Corp. 20010716/66SOL003.HTM (W-193 SN50R6T5)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on July 12, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|