Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2012 FBO #3833
SOLICITATION NOTICE

66 -- Laboratory Equipment; Optima XE-90K-IVD Ultracentrifuge

Notice Date
5/21/2012
 
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
NIAIDNOI12092
 
Archive Date
6/20/2012
 
Point of Contact
Mia Knepper, Phone: 301-402-6315
 
E-Mail Address
kneppermi@mail.nih.gov
(kneppermi@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined/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; proposals are not being requested and a written solicitation will not be issued. The solicitation number for this acquisition is NIAIDNOI12092 and the solicitation is being issued as a Notice of Intent to procure on a sole source basis. This solicitation document and its incorporated provisions are those in effect through the Federal Acquisition Circular (FAC 2005-59, May 15, 2012). This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a Small Business Set-Aside. The National Institute of Allergy and Infectious Disease (NIAID) intend to procure from BECKMAN COULTER, INC., 250 South Kraemer Boulevard, Brea, CA 92821-6232; The North American Industry Classification System (NAICS) code for this requirement is 334516; which has a business size standard of 500M; The following requirements are for: 3) Optima XE - 90K - IVD, Item #A99833, the trade-in of L8 series ultracentrifuges, serial #7H752 and #6J763. This instrument is manufactured by BECKMAN COULTER, INC., and is the only vender will satisfy agency's requirements: a) Equipment must be compatible and safety-tested with existing NIAID Beckman ultracentrifuge rotors. Ultracentrifuge must be warranted, tested and approved to run with existing rotors according to rotor manufacturer specifications and rotor user manuals. No special Compatibility Warranties are acceptable. b) Must have Dynamic Rotor Inertia Check (DRIC), or equivalent. In addition to speed disks, DRIC is a secondary safety measure ensures that rotors are not run above their rated speed. During initial acceleration, DRIC measures the rotor inertia and calculates the total rotor energy for the speed set by the user. If the calculated rotor energy is excessive, the instrument stops the run to avoid possible damage. This essential feature provides the highest level of safety for NIAID laboratory personnel and prolongs the life of the ultra. c) Must have 15" LCD display with ± 45° horizontal and vertical tilt for easy operation (even with gloved hands) and viewing from virtually anywhere in the lab. d) Must operate at a noise level below 51 dBa. e) Must achieve vacuum level below 5 microns (0.7 Pa). f) Must consume no more than 60W of power while in idle mode. g) Must have available Near Vertical Tube (NVT) rotors to maximize lipoprotein and plasmid DNA separations for speed and purity. h) Must have tube sealing without crimp tool or torque wrench. Must have Opti-Seal (for easy sealing without tools), Quick-Seal (fast heat-sealing), and g-Max (shortens separation times by up to 50 percent) Tubes or equivalents. i) Must have regenerative power ability to return power to buildings power grid when decelerating. j) Must have 2 temperature sensors for redundant and accurate temperature monitoring for sample integrity. k) Must automatically restart and complete run after a power outage. l) Must have a power tolerance of 180-264V. m) Must have speed control of ± 2 rpm at steady state and temperature control of ± 0.5oC after equilibrium. Speeds must be accurately reproducible between runs and temperature must be strictly controlled to preclude sample degradation during run. n) Must have an air-cooled direct drive system that requires no gears, brushes, oil vacuum seal, external oil reservoir, or continuously-operating damper. This provides efficient operation and extends the life of the instrument. Air cooling eliminates chlorofluorocarbons and compressors which results in less instrument down time and less output of heat and noise. Software must have multiple languages for easy, error-free operation, with the option to select other languages including: English, Spanish, French, German, Italian, Chinese (simplified), Japanese, Korean, and Russian. o) Must have on-screen, context-sensitive help. p) Must be able to export run data in.xml and.csv format to Microsoft Excel or other spreadsheet formats through a standard USB port to a flash drive. q) Must have on-screen information on chemical compatibility with centrifugation tubes and accessories. r) Must have on-board operator's manual, rotor catalog & accessories catalogs. s) Must have (3) USB ports to allow data export to a spreadsheet program such as Microsoft Excel. t) Must not be more than 32.5" deep after installation and occupy the same space as existing L8 series ultracentrifuge to keep equipment room and lab space unobstructed. u) Must remove and dispose of the ultracentrifuges in place. The government will award a firm fixed-price contract and the FOB terms are "Destination" and Net 30. The FAR provisions and clauses that apply to this acquisition are: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR52.212-2 Evaluation-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR52.212-4 Contract Terms and Conditions-Commercial Items: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items; FAR 52.225-1, Buy American Act-Supplies; FAR 52.204-7, Central Contractor Registration; FAR 52.232-34, Payment by Electronic Funds Transfer- Central 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 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.] This Notice of Intent is not a request for competitive proposals; Information received will normally be considered solely for the purpose of determining whether to conduct a future competitive procurement. Offers must be submitted no later than 5:00 P.M. Eastern Time on Saturday, June 05, 2012. For delivery of responses through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE22C, MSC 4811 Bethesda, Maryland 20892-4812. E-mail and Fax submissions are not authorized. Requests for information concerning this requirement must be submitted in writing, and can be faxed to 301-480-0469, or e-mailed to kneppermi@mail.nih.gov. It is the vendor's responsibility to confirm receipt of all proposals and/or questions by the closing date of this announcement by contacting Mia Knepper at 301-402-6315. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAIDNOI12092/listing.html)
 
Place of Performance
Address: NIH/NIAID, 10401 Fernwood Drive, Suite 200, Bethesda, Maryland, 20817, United States
Zip Code: 20817
 
Record
SN02753431-W 20120523/120521235206-e1850ed00784b1a74c9c5ae3549514fa (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.