SOLICITATION NOTICE
66 -- High Performance Liquid Chromatograph (HPLC)
- Notice Date
- 4/21/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
- ZIP Code
- 20899-3571
- Solicitation Number
- NA1341-02-Q-0351
- Response Due
- 5/1/2003
- Archive Date
- 5/16/2003
- Point of Contact
- Joni Laster, Purchasing Agent, Phone 301-975-8397, Fax 301-975-8884, - Carol Wood, Contract Specialist, Phone 301-975-8172, Fax 301-975-8884,
- E-Mail Address
-
joni.laster@nist.gov, carol.wood@nist.gov
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-13.*** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However this requirement is unrestricted and all interested Contractors may submit a quote.***The Biomaterials Group in the Polymers Division at the National Institute of Standards and Technology requires a high performance liquid chromatograph (HPLC) for analytical and preparative scale separations.***All interested offerors shall provide a quote for the following: Line Item 0001: One (1) High Performance Liquid Chromatograph (HPLC) consisting of the following components and meeting all listed component specifications: (1) Pump: (a) shall be a single pump quaternary gradient system; (b) shall deliver a flow precision of 0.1% or better; (c) shall be dual piston design for high stability; (d) shall be capable of pumping to 6000 psi at 0.01 to 20 milliliters per minute with no pump head changes for maximum flexibility; (e) shall incorporate three different injectors: analytical, preparative, and a Hamilton valve; (f) The analytical and preparative injectors shall be plumbed to the pump and two separate columns and, (g) A valve shall be in place to switch between analytical and preparative flow paths so that each can be accessed without having to replumb or change pump heads. (2) Photodiode Array Detector: (a) Wavelength range shall span at least 190 nm to 800 nm; (b) shall have a wide linear range of at least 2 AUFS; (c) shall autocalibrate before each run; (d) shall be compatible with lamp optimization software that can fine tune lamp energy for the high quality, consistent spectra; (e) shall be compatible with vector analysis software for analyzing spectral libraries. (3) Accessories: (a) shall include an automated fraction collector; (b) shall include one analytical column for separation of small peptides and, (c) shall include one preparative column for separation of small peptides. (4) Computer Software: (a) System shall run under MS Windows TM 2000 or XP; (b) HPLC software shall contain multilevel security, not just password security; (c) HPLC software shall calculate statistics, plot chromatograms, overlay plots and include functional operations (i.e. fitting) without exporting the data to another software package; (d) HPLC software shall also be able to export raw data for integration into other databases; (e) All components shall run from one platform. Line Item 0002: One (1) Job: Installation, Start-up and Training: The Contractor shall uncrate, set-up and start-up all equipment, demonstrate specifications and calibrate the instrument to ensure the instrument is running properly. Training shall be on-site and at least one session shall be offered for up to Four (4) primary users. ***The Contractor shall state the warranty coverage provided for all line items. *** ***Delivery, Installation, Start-up and Training shall be provided no later than 60 days after receipt of an order and shall be FOB Destination. ***The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery (FOB DESTINATION). The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** ***Award shall be made to the offeror whose quote offers the best value to the Government, technical, past performance, past experience & price will be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Past Experience and 4) Price. Technical capability, past performance and, past experience shall be more important than price. Evaluation of Technical Capability will be based on the information provided in the quotation. Offerors shall include product literature, which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Past Performance will be evaluated to determine the overall quality of the product & service provided by the Contractor. Evaluation of Past Performance shall be based on the references provided and/or the offerors recent and relevant procurement history with NIST or its' affiliates. Past Experience will be evaluated to determine the degree of vendors' experience in successfully providing comparable systems. Quoters shall describe their experience providing similar systems. Additional information may be obtained from references. ***The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items. ***The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: (11) 52.222-21, Prohibition of Segregated Facilities; (12) 52-222-26, Equal Opportunity; (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (16) 52.222-19 Child Labor - Cooperation With Authorities And Remedies; (19) (i) 52.225-3 Alternate I, Buy American Act - North American Free Trade Agreement - Israeli Trade Act (21) 52.225-13 Restriction on Certain Foreign Purchases and (25) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration . Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. ***All offerors shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001; 2) Two (2) copies of technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); 5) For the purpose of evaluating Past Experience and Past Performance, provide a list of three (3) contracts/purchase orders completed during the past three years for similar requirements with the following information: Name of contracting activity, contract number, contract type, total contract value, contracting office and telephone number, and program manager and telephone number; and 6) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Joni L. Laster, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. *** ***Submission shall be received by 3:00 p.m. local time on May 01, 2003. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer (Joni Laster) @ joni.laster@nist.gov. FAXED/ELECTRONIC QUOTES WILL NOT BE ACCEPTED. ***
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NIST/AcAsD/NA1341-02-Q-0351/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland
- Zip Code: 20899
- Country: USA
- Zip Code: 20899
- Record
- SN00308987-F 20030423/030421221809 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |