Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2009 FBO #2602
SOLICITATION NOTICE

66 -- Laboratory Equipment TLX-2

Notice Date
1/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-SOL-09-00053
 
Archive Date
2/10/2009
 
Point of Contact
David - Kordel,
 
E-Mail Address
david.kordel@fda.hhs.gov
 
Small Business Set-Aside
N/A
 
Description
Classification Code: 66 Subject: Laboratory Equipment Solicitation Number: FDA-SOL-09-00053 Response Date: January 26, 2009 Contact Points: David Kordel, 301-827-7166 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 BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES 13.5. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-28. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 for full and open competition. The FDA intends to issue a purchase order for, brand-name or equal for the following laboratory equipment: Line item 001: Transcend TLX-2 System, part #CH-600022, 1 EA. The system includes: 2 Independent HTLC pump modules, each consisting of 2 Allegro (1000 bar) quaternary loading pump and 2 eluting pump Allegro (1000 bar) quaternary eluting pump. An HTS Autosampler (four injection valves) with a 3-drawer cooled stack and a fast wash station, and a 6-Valve TLX-VIM (1000 bar) including precut stainless steel tubing and corresponding hardware. All PCB's and cabling necessary to control this system. The Aria Operating System, including graphical user interface, component drivers and AriaLink for single point control. Flow rates must meet the following criteria: Quaternary pumps: 0.01-5ml/min @ 400 Bar Max, Binary pumps: 0.01-5ml/min @ 600 Bar Max and Quaternary pumps: 0.01-2ml/min @ 1000 Bar Max. Line item 002: Transcend systems MCM includes 7 columns, part #CH-953347, 1 EA. Line item 003: 4.5' Table, part #CH-952920. Includes built-in computer and keyboard tray, 12 position power strip and 11” component shelf, 1 EA. Line item 004: Multiple Column Module (MCM) 15K, part #CH-953347. Includes 15K value module, all tubing and corresponding hardware, six (6) 0.5 x 50 TurboFlow columns and one (1) Hypersil Gold column 2.1 x 50, 1 EA The requirement shall include installation and application performance testing. IT Training on the system’s software and a training class for one or two operators to be held at the installation site (includes hardware and software operation, method development, maintenance trouble-shooting and materials). One year warranty on parts, labor and service. QUESTIONS DEADLINE: all questions must be received by email (david.kordel@fda.hhs.gov) before 4:30 pm (1630) EST on January 13, 2009. Delivery terms shall be FOB Destination. FOB Destination means 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 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. Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government may award this contract to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Technical Capability is significantly more important than price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. FAR provisions can be found on the following website: http://www.arnet.gov. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.225-2 Buy American Certificate; 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: 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.225-1, Buy American Act--Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration. This is a Combined Synopsis/Solicitation for laboratory equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Additionally, all quotes shall include price (s); FOB point; a poc (name and telephone number); a statement from the vendor verifying that they are CCR Registered under NAICS code 334516; delivery date (delivery date is of the utmost importance); business size; and payment terms. Delivery shall be to FDA, College Park, MD 20740. FDA intends to make an award soon after the response date of this notice and all bids must be submitted via email and be received by 4:30 PM (1630) EST on 26 January 2009 to the attention of David Kordel, david.kordel@fda.hhs.gov. Offerors shall ensure the RFQ number is visible in the header of the email. FAX QUOTES SHALL NOT BE ACCEPTED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=67d60a399784ec413250ceb6ed74d10d&tab=core&_cview=1)
 
Record
SN01729524-W 20090110/090108220120-67d60a399784ec413250ceb6ed74d10d (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.