Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2012 FBO #3947
SOLICITATION NOTICE

66 -- SF-300X STOPPED FLOW

Notice Date
9/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W, 6707 Democracy Blvd., MSC 5455, Bethesda, Maryland, 20892-5455
 
ZIP Code
20892-5455
 
Solicitation Number
NIHLM2012000017
 
Archive Date
10/2/2012
 
Point of Contact
V. Lynn Griffin, Fax: 301-480-8501, MAXWELL KIMPSON,
 
E-Mail Address
griffinv@mail.nih.gov, Max.Kimpson@nih.gov
(griffinv@mail.nih.gov, Max.Kimpson@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NIHLM2012000017 and is issued as a Request for Quotation (RFQ). The solicitation /contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-58. The North American Industry Classification (NAICS) Code is 334516 with a size standard of 500 employees. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Institute of Digestive, Diabetes & Kidney Diseases (NIDDK) has a requirement to procure Brand Name or Equal to KinTek SF-300X stopped flow instrument with the following specifications: Servo drive mechanism, other systems use pneumatic or stepper motors. The high-torque, closed loop servo drive is superior in a number of ways over other drive mechanisms. First, due to the high-torque, it has almost instantaneous stops and starts that lead to repeatability from experiment to experiment and from year to year. Pneumatic systems work at constant pressure not constant speed, thus they don't have the same repeatability over time. Stepper motors have backlash which increases over time. The second major advantage of the servo motor is the closed loop positioning of the servo which means that it monitors its speed and position and corrects for any errors, whereas a stepper motor(or pneumatic) simply drives at what it thinks is the right speed and distance, with no feedback or error correction capability. Basically the servo motors combination of instantaneous stops and starts as well as closed loop feedback ensure unparallel repeatability. Minimum volume of 20 ul per reactant. Dead time of 0.9 ms every time. Pneumatic systems work at constant pressure not constant speed and thus the dead time varies depending on the age of the plungers and thus needs to be re-calibrated from time to time. Two year warranty, most other manufacturers provide one and charge extra for the second year. PMT and photodiode included. Ultrasensitive port for PMT. The observation cell, the filter and PMT geometry have been optimized for maximum signal. Ultra quiet electronics for the light source for improved signal to noise for low light level fluorescence. Multiple site licenses for software at no extra charge. Transparent syringes. Thus air bubbles (if present) can be seen and removed, some other systems don't provide this feature and the issue is only realized when bad data is obtained. 3 -syringe system for sequential mixing. Pneumatic systems are quite poor at sequential mixing, since they are an all or non-type of actuator. All three syringes start and stop at the same time to ensure repeatability. Some systems from other manufactures have individual stepper motors per syringe, over time the synchronicity is simply not there with those systems, resulting in a slight decrease of repeatability. US-based sales and support staff. We are located on the east coast in Pennsylvania, no overseas calls for service or awkward time zone differences. The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors - Commercial items; 2) FAR Clause 52.212-2, Evaluation - Commercial Items. As stated in FAR Clause 52.212-2 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be advantageous to the Government, price and other factors considered. The following factors will be used equally to evaluate offers: Technical Evaluation, Price, and Past Performance. Note: Past Performance Information: Vendors must submit a listing of the most recent contracts/awards (minimum of 3) which demonstrate similar work in nature to this Solicitation. Contracts/awards may include those entered with the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1. Name of Contracting Organization 2. Contract Number (for subcontracts provide the prime contract number and the subcontract number) 3. Contract Type 4. Total Contract Value 5. Description of Requirement 6. Contracting Officer's Name and Telephone Number 7. Program Manager's Name and Telephone Number 3) FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; 5) FAR Clause 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions. The Dun and Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN) and the certification of business size shall be included. The clauses are available in full text at http://www.arnet.gov/far. PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) http://www.ccr.gov Interested vendors capable of providing the Government with the items specified in this synopsis should submit their quotation to the below address. Quotations will be due five (5) calendar days from the publication date of this synopsis September 17, 2012 at 11:00 a.m. EST. Offersors shall provide an original and two copies of your quotation. The quotation must reference Solicitation number MIHLM2012000017. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 700W, Bethesda, Maryland 20892, Attention: V. Lynn Griffin. Confidentiality - No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIHLM2012000017/listing.html)
 
Record
SN02880070-W 20120914/120913001622-67e07378345a2919dc705e4bad749e68 (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.