SOLICITATION NOTICE
66 -- Bioreactor Culture System
- Notice Date
- 8/22/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-11-T-0202
- Archive Date
- 9/13/2011
- Point of Contact
- Michael J. Allen, Phone: 9375224586
- E-Mail Address
-
michael.allen2@wpafb.af.mil
(michael.allen2@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for a bioreactor culture system that will allow the growth of multiple large-scale bacterial cultures simultaneously and will also allow for monitoring and manipulation of bacterial growth conditions in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 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 solicitation number for this requirement is FA8601-11-T-0202 using FAR Subpart 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54, 4 August 2011. This acquisition is going to be Full and Open Competition under North American Industry Classification System Code 334516. Size standard is 500 employees. The ASC/PKO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirement: Requirements We require two bioreactor systems, each consisting of an independent controller and a 2L vessel. Two independent systems are required to duplicate experiments, as well as to examine the influence of variables between the two systems. We specifically require a 2L vessel since the system will be used to "feed" a secondary growth chamber (to be acquired via a different mechanism), whole volume is also approximately 1L. A larger vessel would waste reagent, and therefore waste funds; a smaller system would not allow adequate circulation/turnover in the secondary growth chamber. System should provide control of mixing speed; addition of a medium, acid, base, and gas; and heating and cooling. It should monitor parameters such as pH, dissolve oxygen, temperature, medium level and biomass. We require that the system control temperature of bacterial cultures (up to 70 degrees C) via a silicone heating blanket and cold finger, with cold water valve and recirculating water chiller. Gas flow of air and oxygen should be included and controlled by rotometers. Oxygen flow should additionally be controlled by a solenoid valve. System must also be capable of running in a BioSafety Level 2 facility, so the bioreactor should be autoclave after experiments are finished. Bioreactor should be compatible with use in a closed system to flow medium out of the bioreactor and into a secondary vessel. Below are a summary of the major technical requirements necessary to meet our needs are: - Vessel should have a 2L total volume. - Vessel should be autoclave. - Vessel should have air outlet with condenser to prevent evaporation of liquid medium. - Vessel should be single walled. - Vendor will provide recirculaing water chiller with by-pass return. - System should include heating blanket for upward temperature control. - System should include cold finger for downward temperature control. - System should have auto-tuning PID to provide accurate temperature, pH, and dissolved O2 control without over shooting or fluctuating around parameter set point. - System should include sensors for dissolved oxygen, pH, level and temperature. - System should include at least 3 liquid pumps for acid and base addition and level control. - System should be capable of dose monitoring, i.e. track total volume of liquids added. - System should include a noninvasive biomass monitor to track optical density with these tech specification: o Continuous, real-time measurements o Linear response range: 0.1-300 OD units o Able to integrate with controlled by fermentor system o Baseline setting and subtraction o Operating range of 0 to 50 degrees C o Water resistant/splash proof - System should have I/O expansion capabilities with no fewer than: o 4 x differential or 8 single ended analog inputs o 4 analog outputs o 8 digital inputs o 8 digital outputs For the integration of additional accessories (pumps, sensors, temperature controllers, etc.) - System shall be agitated by motor-driven Rushton impeller and include a spin filter impeller (10um) - System should include 2 rotometers for air and oxygen flow. - Oxygen flow should be controlled by solenoid valve - System should include data acquisition software that allows monitoring and analysis of date generated during bacterial culture. - Head plate should have enough pors to accommodate: o Stirrer assembly o pH, dissolved oxygen, temperature and level probes/sensors o 6 dip tubes for acid, base, and media addition, removing spent media, circulating media o Sampling system (to be included) - System should come with liquid addition bottle and autoclavable rack Quotations need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial; and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. In addition the reps and cert in FAR 52.212-3 fill-in must be completed and returned with quote. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability and Price. The quotations may be in any format but MUST include: 1) Proposing company's name, address, and phone 2) Point of contact's name, phone, and email 3) Quotation number & date 4) Item price 5) Total price 6) Shipping 7) Applicable discounts 8) Timeframe that the quote is valid 9) Delivery Schedule 10) Warranty Information (if applicable). 11) Completed FAR 52.212-3, Representations and Certifications Quotations MUST also contain a complete description of item offered to clearly show item meets or exceeds the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial FAR 52.212-2, Evaluation Factors [the fill in portion of this clause is: technical and price] FAR 52.212-3, Representations and Certifications The following clauses are incorporated by reference and apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.222-3,Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222.36, Affirmative Action for Workers with Disabilities FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARs 252.232-7003 Electronic Submission of Payment Requests ASC/PKO G-001, Wide Area Work Flow Electronic Invoicing Instructions ASC/PKO H-002, Delivery Procedures Commercial Vehicles All Quotations and responses must be received no later than 8:00 AM, Eastern Standard Time on 29 August 2011. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting contract. Please email to michael.allen2@wpafb.af.mil Any questions should be directed to Michael Allen at (937)522-4586 or michael.allen2@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-T-0202/listing.html)
- Place of Performance
- Address: Wright Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02544555-W 20110824/110822235721-9c992b95da909eac36ba169b80b38656 (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 |