MODIFICATION
66 -- High Performance Liquid Chromatography System
- Notice Date
- 3/26/2014
- Notice Type
- Modification/Amendment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-CSS-14-126
- Archive Date
- 4/15/2014
- Point of Contact
- Lauren M. Phelps, Phone: 3015942490
- E-Mail Address
-
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- INTRODUCTION This is a combined synopsis/solicitation for commercial items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This acquisition is being conducted in accordance with the procedures of FAR Part 13 - Simplified Acquisition Procedures. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-14-126 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard of 500 Employees. SET-ASIDE STATUS This acquisition is a total small business set aside for small businesses under NAICS code 334516. ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures. This acquisition is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72, dated January 30, 2014. The resultant purchase order will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Purpose The purpose of this requirement is acquisition of one (1) High Performance Liquid Chromatogrpahy (HPLC) System to be used by the National Institute of Mental Health (NIMH) Molecular Imaging Branch (MIB) for the purpose of purifying PET radiotracer drugs. Project Requirements The Contractor must be able to provide one (1) HPLC System which meets the following requirements: 1. The HPLC UV detector including the chassis of equipment must be smaller than 6.5 x 12 x 4.5 inches (W x L x H) to ensure that it will fit inside the NIMH hot cell, a lead-shielded confined space for radio-synthesis. 2. The HPLC pump including the chassis of the equipment must be smaller than 4.5 x 5.5 x 8.9 inches (W x L x H). 3. The HPLC System must have a UV detector which meets the following specifications: a. An operator of this UV detector must be able to change the wavelength from c.a. 180 to c.a. 500 nm (nanometers). b. Flow cell must be mounted on the front of the detector. c. The UV detector device must provide electronic communication via either RS323 or LAN (Ethernet) to the controlling PC. d. The machine must be controlled by a software which is capable of running on Microsoft Windows operating system Windows 7 or Windows 8. The machine must be controllable by the keypad in addition to the software. e. Noise level must be ± 2x10-4 AU at 254 nm. 4. The HPLC System must have 2 HPLC Pumps which meet the following specifications: a. Flow rate must range between 0 and 10 milliliters per minute (mL/min). b. Flow rate must have the accuracy of +/- 1% at approximately 5 ml/min c. All fittings and tubing necessary to plumb the system must be included d. The pump must be able to handle the back pressure up to 400 bar. e. The pump must have a built-in pressure sensor with settable upper and lower limits to monitor the performance of the system. f. The HPLC pump must be able to minimize pulsation by providing a mechanical solution such as pulse dampener. g. The HPLC pump system must use two pumps to change the mobile phase gradually and systematically. The pumps must be computer controlled to yield reproducible results. h. The HPLC pump system must have a mixing mechanism of mobile phases. 5. The HPLC System must come with any software, and router(s) required to control the system components. The HPLC system must provide an analog to digital converter to handle a 0 to 10 V signal coming from the existing radiation detector installed by NIMH radiochemists. The system software must be able to record UV and radiation signals. 6. Delivery and Installation must be performed by the successful offeror. Upon delivery the vendor must install the equipment and perform an equipment function test in the presence of a NIMH radiochemist to ensure the equipment is fully functional. 7. The successful offeror must provide 8 hours of equipment training, including software operation, to one NIMH radiochemist. 8. Unlimited telephone support with regard to software and hardware concerns must be provided. Anticipated Delivery Date It is expected that delivery and installation will be completed by or before July 1, 2014. The delivery and installation location is 10 Center Drive, Bethesda, MD 20892. Contract Type The Government intends to issue a firm fixed price purchase order for this requirement. APPLICABLE CLAUSES AND PROVISIONS The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is required with any offer submitted (Or completion in the System for Award Management (SAM)). FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial items apply to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a purchase order resulting from this solicitation on the basis of lowest price technically acceptable. Technical acceptability will be evaluated based upon the following: 1. The Offerer must quote one HPLC System that meets each of the above specific project requirements. RESPONSE FORMAT Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price quote must include equipment descriptions per the requirements listed above as well as associated pricing. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-14-126. Responses shall be submitted electronically to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-14-126/listing.html)
- Place of Performance
- Address: 10 Center Drive, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03320617-W 20140328/140326234716-e76d73f063a3a71451bb1935bcbea760 (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 |