Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2012 FBO #3870
SOLICITATION NOTICE

66 -- Lab Equipment - TPS-110 Tribute Automated 2-Channel Synthesizer

Notice Date
6/27/2012
 
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
NIAIDRFQ12054
 
Archive Date
7/27/2012
 
Point of Contact
Lisa Hinton, Phone: 301.402.5803
 
E-Mail Address
hintonl@mail.nih.gov
(hintonl@mail.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for Request for Quote (RFQ) 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 being requested and a written solicitation will not be issued. The solicitation number for this acquisition is NIAIDRFQ12054 and the solicitation is being issued as a "request for quotation. This solicitation document and its incorporated provisions are those in effect through the Federal Acquisition Circular (FAC 2005-58), dated May 18, 2012. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a Small Business Set-Aside. The National Institute of Allergy and Infectious Disease (NIAID) intends to procure a TPS-110 Tribute, automated 2 channel, solid phase, bio-organic synthesizer that will allow the Peptide Synthesis Laboratory to synthesize peptides specific for NIAID researchers. This synthesizer is being procured to replace existing equipment that can no longer be repaired or serviced by the manufacturer and is used specifically in the Peptide Synthesis and Analysis Laboratory at the Research Technologies Branch/NIAID daily for syntheses of peptides. Specifications for the Tribute peptide synthesizer are as follows: Fully Automated Solid Phase Peptide Synthesizer must support fmoc, tBoc, Organic, Peptoid, Combinatorial and other chemistries. Synthesis scale range must be 5 umol to 2 mmol. Minimum 2 independent reaction vessels allowing simultaneous synthesis of two completely different peptides with different scales. System must have user programmable / selectable top-down and bottom-up solvent deliveries and washing. Must have fixed loop liquid measurement techniques with optical sensors ensuring accurate deliveries irrelevant of viscosity changes etc. Must have multiple user selectable mixing modes- such as adjustable nitrogen bubbling, adjustable vortexing and combination of both. Must have minimum 101 AA vial positions and minimum 5 solvent positions, AA positions should also be capable to become solvent positions if need be for more application flexibility, must allow minimum 101 coupling completely unattended without reloading the system. System must be designed to handle special chemistries- such as capable to deliver any solvents to AA to dissolve solids, dissolve solids in 1 or 2 aliquots for maximum dissolutions, & must be capable to deliver liquid reagents from AA vials to Reaction Vessel without dilution. Must have on board barcode scanner for AA vials/cartridges-allowing to keep records and to put any AA at any position. For Long peptides -it must have automated cycle dependent volume incrementation. It must allow researchers to put a volume of our choice in program file & system should increase the delivery volume of that solvent by that much amount each cycle, as the peptide grows and resin volume increases. System must have flexible stop, start, and pause and restart functions for interrupted synthesis allowing adding special reagents. System must have built in computer and must have built-in minimum 10" full color, 100% TFA resistant touch screen, and software etc. It should have reporting of real time log of each instrument functions, print to file, screen or printer. It must have on board diagnostic and error reporting and reaction to the error, like when synthesis is interrupted due to any reason, it should drain the active reaction vessel and wash the resin with solvent of our choice and repetition automatically to prevent side reactions, and undesired by products to save chemistries & time and reagents etc, and must also inform user by sms or e-mail. Its software must have all the controlling and operating and reporting facilities as per GMP / GLP norms, and in addition all the calculations, etc and must also have capability to calculating the coupling difficulty for any peptide sequence. It must limit access to authorized users / individuals with different access right by electronic signature and passwords; It must have on board fully automated and programmable cleavage facility for at least fmoc chemistries; and Must have a minimum 12 months warranty. The following factors shall be used to evaluate offers: 1) Price, 2) Warranty, and Capability to meet required specifications. The North American Industry Classification System (NIACS) Code for this acquisitions 334516, and the small business size standard is 500 employees. This is a firm fixed price contract and the FOB term is "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 request is for competitive proposals; Information received will be considered solely for the purpose of determining the award. Offers must be submitted no later than 5:00 P.M. Eastern Time on Wednesday, July 11, 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 hintonl@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 Lisa Hinton at 301-402-5803. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAIDRFQ12054/listing.html)
 
Place of Performance
Address: 5640 Fishers Lane, Room 1011, Rockville, 20857, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02787288-W 20120629/120627234926-c515b99521feb953b756ecba0e3524c8 (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.