SOLICITATION NOTICE
66 -- Instruments and laboratory equipment
- Notice Date
- 5/23/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- NOI7109
- Response Due
- 5/30/2007
- Archive Date
- 6/14/2007
- Description
- This is a combined synopsis/solicitation, to procure commercial items prepared in accordance with the format of FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are not being requested and a written solicitation will not be issued. This procurement is being issued as a Notice of Intent NOI7109. This solicitation and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC05-16. This acquisition shall be processed under Simplified Acquisition Procedures. This is not a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure from GE Healthcare on a sole source basis a AKTAFPLC chromatography system w/control to include: Holder for system extension, mono Q 10/100gl, Column screening kit, 150ml superloop, Air sensor A-912N kit, Pump P-960,franc-920 fraction collector, (S)AKTAFPLC without frac with desktop control unit, Sample valve kit P960, ADTA user kit. The system must provide the following: 1) the ability to purify biomolecules from complex starting materials derived from cell lysates, tissue homogenates, recombinant protein expression systems and other sources; 2) the system must be able to perform separations based on a variety of sample characteristics, such as molecular weight, net surface charge, hydrophobicity, while retaining biological activity; 3) the system must have the capability to automate the running of large, open columns on the system, a variety of gel filtration media, and must have a flow rate range of .05-20mls/min at pressures ranging from 0-700 psi; 4) the system must be a two-pump gradient system with dynamic mixing, as evidence suggests that this configuration produces the highest accuracy and precision in gradient formation; 5) the entire wetted flow path of the system must be inert to halides; 6) the system pumps should allow operation of the system at zero backpressure to ensure system compatibility with standard low pressure chromatography; 7) the controller must allow programs to be time-based, volume-based, or column-volume based, and must allow user intervention of a running method (e.g., change of flow rate) without stopping or pausing the run; 8) the system must include a fraction collector which is fully integrated into the system and fully controllable via the system control software; 9) the system must have the ability to control nine motorized valves which must provide feedback to the control system to ensure proper orientation of all valves and documentation of valve positions at all times, and shall be driven electronically and require no external air or pressure to operate; the system controller must allow the user to be entering details of the nest purification at the same time the current separation is being done, or to simultaneously be integrating and evaluating the results of earlier runs; 11) control of up to nine motorized valves, chart recorder, fraction collector, dynamic gradient mixer, air sensors, and three pumps, must all be possible from the system controller; 12) The pumps, UV and conductivity monitors, valves and fraction collector must all be specified for use in a cold room at 4 degrees C; 13) The controller must accept seven input signals (e.g. UV wavelength, conductivity, pH, temperature, pressure). It must be capable of plotting, and integrating these signals, as well as using them to trigger sub-routines in the programming when the signal exceeds a preset threshold, to allow the automation of multi-dimensional separations; 14) The system must include one automatic three-position injection valve (load, inject, and wash positions); 15) The system must allow for automation of the optimization of separation parameters (e.g. sample volume, flow rate, gradient slope). Other considerations will be price, warranty, and delivery date. The North American Industry Classification System Code Number is 541710 and the Small business size standard is 500 employees. The FOB point shall be Destination, Bethesda, Md. (inside delivery). This will be a firm-fixed price contract. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.212-2 Evaluation-Commercial Items; FAR 52.212-1 Instructions to Offerors Commercial Items; Far 52.212-3 Offeror Representation and Certifications Commercial Items; Far 52.212-4 Contract Terms and Conditions Commercial Items; Far 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; FAR 52.225-3 Buy American Act; and FAR 52.204-7 Central Contractor Registration (2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included which can be found at Online Representations and Certifications Application (ORCA) https://orca.bpn.gov. (B) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. The CCR website is http://www/ccr.dlis.dlaimil. Copies of the aforementioned clauses are available upon request by telephone to James Kish at (301) 402-2282. The Government intends to make a Best Value Buy to the responsible offeror whose offer is most advantageous to the Government. Offers must be submitted no later than 4:00 p.m. Eastern Daylight Time (EDT), May 30, 2007. For delivery through the U.S. Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE52F, Bethesda, MD, 20817-4811. Requests for information concerning this requirement are to be addressed to James Kish at 301-402-2282. Collect calls will not be accepted.
- Place of Performance
- Address: NIH, National Institute of Allergy and Infectious Diseases, Bethesda, MD
- Zip Code: 20892
- Country: UNITED STATES
- Zip Code: 20892
- Record
- SN01301159-W 20070525/070523220614 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |