SOLICITATION NOTICE
65 -- Liquid Chromatography System
- Notice Date
- 9/13/2007
- Notice Type
- Solicitation Notice
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- NHLBI-PB-(HL)-2007-247-DDC
- Response Due
- 9/24/2007
- Archive Date
- 10/9/2007
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION NOTICE. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format of FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The reference number NHLBI-PB(HL)-2007-247-DDC. This solicitation is issued as a Request for Quotation (RFQ). The acquisition is being conducted under FAR Part 13, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2005-19. This requirement is being conducted as a full and open competitive, with no set aside restrictions. The North American Industry Classification System Code (NAICS) applicable to this requirement is 423450 and the associated small business size is 100 employees. The Government?s estimated expected delivery date is sixty calendar days after receipt of the purchase order. This acquisition is being conducted under FAR Part 13, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-18. The total contracted dollar amount, including options will not exceed $5 million. The National Heart, Lung, and Blood Institute (NHLBI) Office of Acquisitions OA, DERA intends intend to award a single, fixed priced purchase order for the purchase of a Liquid Chromatography System for Protein Purification, medical equipment as outlined below. The specifications of Liquid Chromatography System for Protein Purification are as follows: The Government requires the ability to purify biomolecules from complex starting materials derived from cell lysates, tissue homogenates, recombinant protein expression systems and other sources. The desire system required 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. The Government may want to automate the running of large, open columns on the system, as well as a variety of gel filtration media, and require a flow rate range of .05-20mls/min at pressures ranging from 0-700 psi. Since the Government requires resolution that may necessitate the use of very precise, shallow gradients, 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. The Government intends to use salt buffers, and the entire wetted flow path of the system must be inert to halides. The system pumps should allow operation of the system at zero backpressure to ensure system compatibility with standard low pressure chromatography supports often used in affinity chromatography and other techniques. 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 a flow rate) without stopping or pausing the run. This allows the user to overcome unforeseen problems without sacrificing or compromising the sample purification. The system must include a fraction collector which is fully integrated into the system and fully controllable via the system control software. In order to facilitate cleaning, storage, selections of our various chromatographic columns, and further automation the system must have the ability to control nine motorized valves, and it is necessary for column selection, buffer selection, flow reversals, multi-dimensional chromatography, etc. Also, these motorized valves should provide feedback to the control system to ensure proper orientation of all valves, and documentation of valve positions at all times. The valves should 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 next purification at the same time the current separation is being done, or to simultaneously be integrating and evaluating the results of earlier runs. Control of up to nine motorized valves, chart recorders, fraction collectors, dynamic gradient mixers, air sensors, and three pumps, must all be possible from the system controller. The pumps, UV and conductivity monitors, valves and fraction collectors must all be specified for use in a cold room at 4 degrees C. The controller must accept seven input signals (e.g., UV wavelengths, conductivity, pH, temperatures, 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. The system must include one automatic three-position injection valve (load, inject, and wash positions), which will allow for sample loading onto the column. The system controller should allow for automation of the optimization of separation parameters (e.g., sample volume, flow rates, gradient slope). This should allow a small amount of the sample to be consumed in optimizing the purification scheme, after which the best regime can be scaled up on the same LC system. Column equilibration before and after sample injection and elution must be capable of being monitored, with a feed-back loop to the control system, and the Government will have no doubt the equilibration is completed, without consuming excess volume of sometimes expensive buffers. Documentation of each run should be automatic and exhaustive, so that for purposes of subsequent replication and eventual publication, no detail is left unrecorded. Post-run chromatographic analysis and reporting functions should also be included. In order to protect the columns, the system must have a definable pressure limit system, which will stop the pump and generate an audible and visual warning, in the event pressure exceeds the preset limit. The government also require that the controller allow the user the option of including in his/her chromatographic methods programs, commands which will automatically reduce the flow rate if over-pressurization occurs as sample is being applied or eluted from the column. Additional variables which should also be programmable to trigger subroutines (e.g., a new tube on fraction collector, valve changes, etc.) should include UV or conductivity signals. The controller should permit automatic running of up to 99 different chromatographic programs in a user-designated sequence; it must turn off the pump flow when a signal is received from the fraction collector indicating there are no tubes remaining, so that a valuable sample is preserved; the system must automatically and continuously be able to record throughout each chromatographic run the following parameters: flow rate; auto-scaled UV signals; actual AND programmed conductivity of the eluent; eluent pH; system pressure; accumulated time of run; all valve positions and changes in position; activity of a fraction collector - and it must allow these recorded data to be called up later for interpretation and to aid in future replication of results; it must allow for post run analysis of chromatograms, export of data to other spreadsheet programs, and generation of written reports. Installation and training must be provided by the vendor, at no additional cost, quantity one (1) each, inside delivery which includes the installation of equipment, of equipment, removal of ALL debris. The provisions of FAR Clause 52.212-1, Instructions to Offerors-Commercial Items is applicable to this acquisition. The provisions of FAR Clause 52.212-2, Evaluation - Commercial Items are applicable to this acquisition. The purchase order award will be made to the Offeror whose product meets the Government?s minimum performance specifications, functional specifications, and delivery date. A best buy analysis will be performed taking into consideration price, shipping points, technical specifications, special features, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, environmental and energy efficiency considerations, delivery terms, and past performance. In addition to a price quote, the Offeror must submit descriptive literature of the product proposed, a commercial price list, warranty provisions, and any other information the Offeror considers relevant to the Government?s evaluation of the product proposed. The Government intends to evaluate the quotes and award the purchase order without discussion with Offerors. Therefore, the initial offer should contain the Offerors best terms for a technical and price standpoint. However, the Government reserves the right to conduct discussions, request product samples or demonstrations, if later determined by the Contracting Offeror to be necessary. The Government may reject any and all offers if such action is deemed necessary. The Government may also waive informalities and minor irregularities in the offers received. The Offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The addendum to FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, is as follows: The Offeror must include in its quote, the unit price, the list price, installation charges, shipping and handling cost, the delivery date, prompt payment discount terms, the F.O.B. point (Destination or Origin), and provide descriptive literature inclusive of specifications as part of the quotation. The DUN and Bradstreet Number (DUNs), the Taxpayer Identification Number (TIN), and the business size information must be provided. The Offeror must be registered in the Government?s Central Contractor Registry (CCR) System, which is available at www.ccr.gov. The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation For Simplified Acquisitions, applies to this acquisition. The following FAR clauses cited are applicable to this acquisition: (1) 52.222-26, Equal Opportunity (E.O. 11246). (2) 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212). (3) 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793). (4) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (5) 52.225-3, Buy American Act - Supplies (41 U.S.C. 10). (6) (I) 52.225-21, Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program (41 U.S.C 10, Pub. L. 103-187). (6) (ii) Alternate I of 52.225-21. (7) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). There are no numbered notes applicable to this notice. Quotations are due September 24, 2007 at 8:30 a.m., eastern time, at the National Heart, Lung and Blood Institute, Office of Acquisitions, Procurement Branch, 6701 Rockledge Drive, Suite 6042, Bethesda, Maryland 20892-7902. Attention Deborah Coulter, Contract Specialist, (301) 435-0368. Quotations may be submitted electronically to coulterd@nhlbi.nih.gov or hawkinsd@nhlbi.nih.gov and by fax to (301) 480-3345. The electronic transmission and fax transmission must reference the solicitation number: NHLBI-PB (HL)-2007-247-DDC. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency.
- Place of Performance
- Address: Bethesda MD
- Zip Code: 20892-7902
- Country: UNITED STATES
- Zip Code: 20892-7902
- Record
- SN01405363-W 20070915/070913220552 (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 |