SOLICITATION NOTICE
66 -- Intrsuments and Laboratory Equipment
- Notice Date
- 11/18/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- 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, Maryland, 20817
- ZIP Code
- 20817
- Solicitation Number
- NOI10023
- Archive Date
- 12/18/2009
- Point of Contact
- Terry M Knight, Phone: 301-402-6162, Tonia L Alexander, Phone: 301-402-2282
- E-Mail Address
-
knightte@niaid.nih.gov, talexander@niaid.nih.gov
(knightte@niaid.nih.gov, talexander@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined Synopsis/Solicitation/Notice of Intent for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are not being requested and a written solicitation will not be issued for the solicitation number NOI10023 Notice of Intent. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-37 dated November 13, 2009. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a Small Business Set-Aside. The associated North American Industry Classification System (NAICS) Code is 334516, which has a size standard of 500 employees. The National Institute of Allergy and Infectious Disease (NIAID) intends to procure a cell culture bioreactor system from Applikon Biotechnology. Item/Description/Quantity: 1) Item# ZC3BEZ15NIH, 2 x 15 L Mammalian Cell Culture Bioreactor System, qty-1. This cell culture bioreactor system is proposed as a sole source purchase on the basis that NIH laboratories owns an identical system, which is shared with post-docs whose users have knowledge on how to use the equipment. The bioreactor system must have the following characteristics: and include 2 independently controlled 15 L flooded volume bioreactor vessels and must fit into a linear bench length of 60". Each vessel must have a head plate which will minimally have the following fittings: a. Harvest tube capable of draining/sampling reactor, b. a minimum of five (5) entry/exit ports, c. a minimum of six (6) 10mm ports (or equivalent) for the insertion of gas sparger, temperature sensor, pH probe, and dissolved oxygen probe (2X), d. a minimum of three (3) 1.125" sized ports, e. one (1) water-cooled off-gas condenser, and f. scoping marine impeller suitable for growth of common mammalian cell lines such as CHO, HEK293, as suspension cultures or Vero adherently on microcarriers. The stirrer will be magnetically driven such that no hole through the head plate is necessary for the drive shaft. The vessels must be autoclave-sterilizable rather than having a steam-in-place configuration; they must be single-walled glass with rounded/dished bottoms. Vessel should be sized such that working volumes ranging from 3 to 12 L can be utilized. System must be self-contained or include a separate unit for heating the culture vessel. System must be supplied with no less than 3 controllable process pumps per vessel. Each pump must be capable of utilizing multiple tubing sizes including 13,14, 16 and 25 (Masterflex type). System should be capable of controlling pH through gassing of CO(2) and pumping of alkali, dissolved oxygen by sparging of O(2) and N(2), temperature via thermal heating blanket and stirrer speed via tachometer. System must include, per vessel, an oxygen mass-flow controller, a carbon dioxide mass-flow controller, a rotameter/solenoid for control of nitrogen and a rotameter/solenoid for control of air for the control of dissolved oxygen concentration and pH. Start-up kit should include all necessary hardware, software and misc. components for immediate, out-of-the-box operation. This includes base/controller unit(s) and vessels as specified above, pH probes of appropriate size - 1 per vessel, dissolved oxygen probes of appropriate size - 1 per vessel, and tubing and filters necessary to connect utilities to base unit and/or bioreactor vessels. System should utilize touch screen controller and graphic display for ease of use. System must be capable of concurrent headspace gassing and sparging. Delivery is to be made within 90 days from the date of award. The following factors shall be used to evaluate offers: 1) technical capability to meet required specifications, 2) warranty, 3) price and delivery. The government will award a fixed price purchase order to the responsible contractor. The FOB terms are "Destination" and Net 30. FAR provisions and clauses that apply to this acquisition: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders, Commercial Items; FAR 52.225-1, Buy American Act-Supplies; FAR 52.204-7, Central Contractor Registration; and FAR 32.703-2, Availability of Funds, FAR 52.232.33, Payment by Electronic Funds Transfer- Center Contractor Registration. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201 (a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at www.ccr.gov prior to award during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award.] All responsible sources may submit an offer that will be considered by the Agency. Offers must be submitted no later than 5:00 P.M. Eastern Standard Time on Thursday, December 3, 2009. For delivery of responses through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Room 2NE52E, MSC 4811, Bethesda, Maryland 20892-4811. E-mail and Fax submissions are not authorized. Request for information concerning this requirement are to be submitted in writing, and can be faxed to 301-480-8720, or e-mail to knightte@niaid.nih.gov. It is the vendor's responsibility to confirm receipts of all quotations and/or questions by the closing date of this announcement by contacting Mr. Terry Knight at (301) 402-6162. Collect calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NOI10023/listing.html)
- Place of Performance
- Address: National Institutes of Health, NIAID, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02006108-W 20091120/091118235027-c9fa0e37a5360626f491903c17814c0a (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 |