Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2014 FBO #4632
SOLICITATION NOTICE

66 -- Replacement of Liquid Chromatography System

Notice Date
7/29/2014
 
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 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-14-465
 
Archive Date
8/21/2014
 
Point of Contact
Megan Ault,
 
E-Mail Address
megan.ault@nih.gov
(megan.ault@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 Parts 12 - Acquisition of Commercial Items and 13 - Simplified Acquisition Procedures. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-14-465 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 100% set-aside for small businesses. ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) FAR Parts 12 - Acquisition of Commercial Items and 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 2005-73, dated July 1, 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 the acquisition of four (4) High Performance Liquid Chromatography (HPLC) Systems 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 four (4) HPLC Systems which meet 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 for controlling 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 simultaneously. 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 NIMH radiochemists. 8. Unlimited telephone support with regard to software and hardware concerns must be provided. Anticipated Period of Performance It is expected that delivery of all requirements will be completed within three (3) months after contractor receipt of order. Contract Type The Government intends to issue a firm fixed price purchase order for this requirement. APPLICABLE CLAUSES AND PROVISIONS FAR clause 52.213-4 Terms and Conditions - Simplified Acquisitions applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION CRITERIA The Government will award a purchase order resulting from this solicitation on the basis of best value. Technical acceptability will be evaluated based upon the following: 1. The Offeror must include all items detailed in the project requirements in its quotation. 2. The Offeror must confirm ability to meet delivery 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 quotation must include item 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-14-465. Responses shall be submitted electronically via email to Megan Ault, Contract Specialist, at megan.ault@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-14-465/listing.html)
 
Place of Performance
Address: 10 Center Drive, NIH Building 10, Room B3C342, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03442389-W 20140731/140729235945-a110add23a4e8a29c1d3fa25cb54342c (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.