Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2009 FBO #2775
SOLICITATION NOTICE

66 -- Capillary Electrophoresis System

Notice Date
6/30/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
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
FDA1059002
 
Archive Date
7/28/2009
 
Point of Contact
Keith Austin, , London L Johnson, Phone: 301-827-7041
 
E-Mail Address
keith.austin@fda.hhs.gov, london.johnson@fda.hhs.gov
(keith.austin@fda.hhs.gov, london.johnson@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Classification Code: 66 Subject: Laboratory Equipment & service agreement Solicitation Number: FDA1059002 Response Date: 13 July 2009 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 05-33. The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 for full and open competition. The FDA intends to issue a firm fixed-price purchase order for a Capillary Electrophoresis (CE) System that meets or exceeds the following specifications: CLIN0001 - Voltage range: 0 - 30kV with 0 - 300 mA; 0 - 6 W under current or power with programmable polarity switch. - Safety features include: current leak detection, low current limit, safety sensors on doors and covers disable high voltage. - Quick change, self-aligning capillary cartridge exchanges in less than a minute. The cartridge is compatible with all other commercially available generic capillaries. Uses 25,50,75, and 100µm standard ID capillaries (365µm OD). - Performs a variety of separation techniques, including capillary electrochromatography (CEC), Capillary Gel Electrophoresis (CGE), and capillary iso-electric focusing (cIEF). - Can be integrated with mass spectrometers. - Quantitative reproducibility with self-correcting pressure injections. - A 48 sample/buffer carousel, offering random vial access from cathode and anode end of capillary. Should have a “vial table” that serves as an intelligent notepad for the vial positions. Uses 100µL sample vials, 1 or 2mL buffer vials with plastic snap caps. - Forced air temperature cooled with peltier elements: 10C below ambient to 60C with a minimum of 4C. - High pressure application to maintain column stability during CEC and to apply maximum voltage and use conductive mobile phases; also useful for flushing viscous buffers for CGE applications. - A diode-array detector with wavelength range of 190 to 600 nm (±1nm). It must be capable of simultaneously monitoring at least 5 different wavelengths and providing a spectra of eluting peaks using a standard flow-cell. - System comes with a one-year manufacturer’s warranty. Specific SPECS The current primary chromatography data acquisition software is Agilent’s Chemstation, the new CE system and its components must be compatible with and controllable through Chemstation software. The CE package must include an on-site installation with customer familiarization and a one-year warranty. QUESTIONS DEADLINE: all questions must be received by email (keith.austin@fda.hhs.gov) before 1:00 pm (1300) EST on 7 July 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 described to "Meet or Exceed the Requirement," and 2) Price. Technical Capability is significantly more important than price. Evaluation of Technical Capability shall be based on the requirements provided in the quotation. Offerors 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 and service maintenance as defined herein. The Government intends to award a Firm Fixed-Price Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. Additionally, all quotes shall include price (s); FOB point; a poc (name and telephone number); a statement from the offeror verifying that they are CCR Registered under NAICS code 334515; delivery date (delivery date is of the utmost importance); business size; and payment terms. Delivery shall be to FDA, Laurel, MD 20708. 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 1:0 PM (1300) EST on 13 July 2009 to the attention of Keith Austin, keith.austin@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
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA1059002/listing.html)
 
Place of Performance
Address: 8401 Muirkirk Road, Laurel, Maryland, 20708, United States
Zip Code: 20708
 
Record
SN01861692-W 20090702/090701001512-7e55c1efbcd7687b1d639acea704d68f (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.