SOLICITATION NOTICE
66 -- Instruments & laboratory equipment
- Notice Date
- 1/23/2004
- Notice Type
- Solicitation Notice
- 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
- ZIP Code
- 20817
- Solicitation Number
- RFQ4025
- Response Due
- 2/9/2004
- Archive Date
- 2/24/2004
- Point of Contact
- Linda Taylor, Purchasing Agent, Phone 301-402-6089, Fax 301-480-3695, - Carolyn Sentz, Contracting Officer, Phone 301-402-6107, Fax 301-480-3695,
- E-Mail Address
-
ltaylor@niaid.nih.gov, csentz@niaid.nih.gov
- Description
- 17. 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; quotes are being requested and a written solicitation will not be issued. This procurement is being issued as a Request For Quotes (RFQ). Submit offers to RFQ4025. This solicitation and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 01-19. This acquisition will be processed under Simplified Acquisition Procedures. This is not a small business set-aside. The North American Industry Classification System Code Number 334516 and the small business size standard is 500 employees. The National Institute of Allergy and Infectious Diseases is issuing a request for quotations (RFQ4025) for procuring a quantity of one Protein Crystallization System . The Protein Crystallization System must have the following capabilities: 1) must add protein and precipitants at 100nl volumes each with both accuracy and precision less than 7% and without contacting the destination plate; 2) must add additional reagents in volumes down to 20nl with both accuracy and precision less than 10% and without contacting the destination plate; 3) Instrument must despense solution with high and low viscosity with valve to valve precision less than 10% at 100nl; 4) Software must be able to control syringe speed, syringe acceleration, valve open time, table speed and drop size; 5) Each channel must have two dispense modes continuous (bulk reservoir to destination) and Aspirate/Dispense; 6) must provide individual control of all parameters; 7) must provide minimal aspiration volume of 1 uL; 8) Dispensers must have x-axis and y-axis motors with resolutions of 1.3um and repeatability of less than +/-10um (95% confidence); 9) Instrument must have 6 destination plates with individual liquid handling parameters in a single experimental design; 10) must provide humidity chamber to control humidity from ambient to 90% relative humidity. Physical parameters: must include 1) dimensions of 48?x35x32; 2) must provide CPU with 466 mHz, or higher Intel/Celeron processor, 64mB RAM, Windows 2000 operating system, and preloaded with appropriate software; 3) configured for 110V, 60 Hz; 4) vacuum requirement of 2.1 CFM (60 CL). Annual Technical Support: must provide maintenance on hardware, software upgrades, replacement parts, two on-site preventive maintenance visits, in-house repairs, and service visits. Installation: Protein Crystallization System must be installed in the Laboratory. The following evaluation criteria will be used to evaluate offers: (a) Price: (b) Technical capability of the item offered to meet the government?s need: (c) Delivery Date: (d) Training: (e) Warranty information to include period and coverage, shall be stated. FOB Point shall be Destination, inside delivery required to Bethesda, Md. 20892. This will be a fixed-firm price contract. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.212-1 Instructions to Offerors-Commercial items; FAR 52.212-2 Evaluation-Commercial Items; FAR 52.212-3 Offerors Representations and Certifications; FAR 52.212-4 Contractor Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items; FAR 52.225-3 Buy American Act also applies. Offerors shall include with their offer a completed copy of provision at FAR 52.212-3 Offerors Representations and Certifications Commercial Items. The Government intends to make a Best Value Buy to the responsible offeror whose offer is most advantageous to the government. Copies of the aforementioned clauses are available upon request by telephone to Linda Taylor at (301) 402-2282. All responsible sources may submit an offer that will be considered by this agency. Offers must be submitted no later than 5:00P.M. Eastern Standard Time February 9, 2004. For delivery through the Postal Service, the address is NIH/NAID/AMOB, 10401 Fernwood Drive, Suite 2NE70, Room 2NE42F, MSC/4812, Bethesda, Maryland 20817-4812. Electronic transmission will not be accepted. Request for information concerning this requirement are to be addressed to Linda Taylor at 301-402-2282. Collect calls will not be accepted. Required Central Contractor Registration (Oct 2003) [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award] apply to this acquisition] Registration is available via the internet at www.CCR.gov.
- Place of Performance
- Address: National Institute of Health, Bethesda, Maryland
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN00508884-W 20040125/040123211854 (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 |