SOLICITATION NOTICE
66 -- CombiFlash EZ Prep Chromatography System - 52.212-5
- Notice Date
- 8/17/2017
- 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, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-CSS-2017-707
- Archive Date
- 9/6/2017
- Point of Contact
- Hunter A. Tjugum, Phone: 3018275304
- E-Mail Address
-
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- 52.212-5 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2017-707 and the solicitation is issued as a Request for Quotation (RFQ) on a competitive basis for a name-brand only item with no set-aside restrictions. The BRAND-NAME justification is based upon the market research conducted; specifically, through the Sources Sought type notice HHS-NIH-NIDA-SSSA-SBSS-2017-590 released on FedBizOpps from July 31, 2017 through August 9, 2017 that indicated the subject brand name supply is the only item capable of achieving this Government requirement. 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; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is NOT expected to exceed the simplified acquisition threshold of $150,000.00. A fixed-price type contract is contemplated for any resulting contract entered into as a result of this solicitation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC Number/Effective Date: 2005-94,2005-95 / 01-19-2017. (iv) The North American Industry Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing with associated business size standard 1000 employees. (v) Background The National Institute of Drug Abuse (NIDA) contains the medicinal Chemistry Section that designs, synthesizes, purifies, and analytically characterizes novel small molecules as tools to study neurotransmitter systems associated with substance use disorders. Chromatographic separation of reaction products to obtain the desired product in high purity is a routine function used nearly every day by every chemist in the Medicinal Chemistry Section. The CombiFlash EZ Prep system will compliment our current CombiFlash Rf-200 system that was purchased in 2012. This automated system uses pre-packed columns and a computer monitoring system to allow the chemists to adjust solvents and monitor when their pure products are being eluted in a very time-efficient manner. Purpose and Objective: Title: CombiFlash EZ Prep Chromatography System. Scope of Work: The purpose of the subject requirement is to obtain quantity one (1) CombiFlash EZ Prep Chromatography System on a Brand-Name only basis for the CombiFlash EZ Prep Chromatography System manufactured by Teledyne ISCO located at 4700 Superior Street, Lincoln, NE 68504 and a maintenance agreement for Premium service coverage. Product Description: Specifically, this requirement includes obtaining one (1) CombiFlash EZ Prep Chromatography System, with product code 68-5230-027, and maintenance agreement, possessing the following salient characteristics: - Compatible with existing government owned equipment CombiFlash Rf-200 system. - Ready with integrated ELSD, 200-400mn UV variable wavelength detector. - Onsite installation and training per segment - Manufactures warranty - Allows for chromatographic separation of compounds that normally would require a completely different and preparative HPLC and flash chromatographic system - ELSD detector which allows the detection of non-UV active compounds and purification thereof. - Fully automated and programmable by an internal computer. - The ability to purify and collect multi-gram samples of chirally pure molecules. - LAN based remote PC operation, automatic data backup & network printing - Real-time chromatogram display, zoom, and post-run PeakTrak fraction mapping -Real time and post run spectral display with baseline subtraction - User Selectable four solvent binary Drag-And-Drop with user-selectable scale Gradients between any two of the four available solvents - Dual piston, self-priming HPLC style reciprocating pump - Flow rate of 5-200 mL/min - 200 psi for Flash operation 3500 psi for Prep side up to 150 mL/min decreases to 2500 psi at 200 mL/min - Automated solvent phase change when going from normal to reversed phased operation or vice versa - Flash Sample Injection (Auto Inject solid or liquid injection, valve self-cleans at end of run, High speed equilibration possible for both solid and liquid injection, Adjustable Solid Load Cartridge Caps) -Prep Sample Injection: (5 ml sample loop for liquid injection with 1 and 10 ml loops optional) -RFID Column Detection (Column size and all RediSep media identification for default methods, Column history, Column size, Last method restoration) -Detection via Slope and threshold peak detection, Collect triggered by single, dual or All-Wavelengths -Fraction collector combatible with 13mm,16mm, 18mm, 25mm, 28 mm test tubes - RFID Test Tube Rack identification - Auto-inject self-cleaning valve - Safety features with Solvent & waste level-sensing, Integrated column air-purge, Organic vapor sensor (leak detection) - Dimensions of 27" x 17" x 17" (68 x 43 x 43 cm) - Maintenance agreement for Premium service contract to be included for four (4) subsequent one-year performance periods. Offerors shall submit pricing for a maintenance agreement to become effective after the warranty expires and indicate the provisions and length of such maintenance agreement. Any maintenance agreement will be included as an optional period of performance for a total contract term not to exceed five (5) years. Maintenance agreement shall include one annual preventive maintenance service call (PM parts kit, labor, travel); priority telephone technical support; onsite emergency service calls including travel and labor cost and repair parts and damages caused by clogs. The authorized service provider will perform a service agreement carried out by authorized Original Equipment Manufacturer (OEM) certified factory-trained technicians. Inspection and Acceptance Offerors should indicate an estimated delivery time in full after receipt of an order and any other training or warranty schedules applicable. Delivery, inspection and acceptance will be performed at a Government facility at the National Institutes of Health, National Institute of Drug Abuse (NIDA), located in Baltimore, MD 21224 within 6 weeks after receipt of an order with fixed-price pricing structure applicable. Offerors shall indicate if items are warrantied, type of warranty, and period of such warranty. Period of Performance: The base year period of performance will become effective after delivery, inspection and acceptance has been completed. Four (4) subsequent one-year periods of performance for a maintenance agreement will be included as Option Years. (vi) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The following is provided as an addendum to FAR clause 52.212-1, Instructions to Offerors: Installation and onsite training should be quoted on separate line items. Shipping and handling cost must be included in any quotation submitted in response to this solicitation. Offerors should indicate an estimated delivery time in full after receipt of an order and any other training or warranty schedules applicable. (vii) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following is an addendum to 52.212-2. Responses received to this RFQ will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations. Responses will be evaluated based on contractor's ability to meet the government's essential requirements stated in this notice and on ability to deliver required supplies. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable" based on an evaluation of responses against the following factors to determine if, as submitted, the proposal is technically acceptable. (1) Technical Capability: Offerors shall clearly indicate possessing the capability to achieve the essential features of this requirement. The Offeror must indicate in its quotation the ability to provide all of the salient characteristics. The Offeror must indicate in its quotation the ability to meet the delivery requirements. Offerors submitting a response with documented technical specifications and evidence of possessing the technical knowledge, qualifications and capability and management structure needed in successfully achieving this requirement will be determined to be technically acceptable. Respondents that believe that they are manufacturers or authorized resellers of the BRAND-NAME product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. (viii) The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. (ix) The provision at FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. An addendum to FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, Offeror Representations and Certifications Commercial Items, applies to this acquisition. The addendum includes the following FAR Clauses, provisions, terms and conditions: (a) 52.217-5 Evaluation of Options (July 1990); (b) 52.217-6 Option for Increased Quantity (Mar 1989); (c) 52.217-9 Option to Extend the Term of the Contract (March 2000). (x) The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition and the clause at 52.222‐51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment‐‐Requirements (Nov 2007) (41 U.S.C. 351, et seq.) applies to this acquisition. See attachment which is an appendix to 52.212-5. (xi) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii) Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The PRICE QUOTE shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; option year pricing for Maintenance agreement and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. 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 and a price proposal. Offerors MUST submit historical pricing information ESSENTIALLY EQUAL to a commercial item price list or redacted contract or invoice containing the price offered to a commercial or public entity for the same or similar subject unit of supply. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, or provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror's cover sheet. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received no later than the date specified in this announcement. Late responses will not be accepted. All responses must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-2017-707. Responses must be submitted electronically to hunter.tjugum@nih.gov and NIDASSSAPurchaseRequ@mail.nih.gov. Facsimile responses will not be accepted. For information regarding this solicitation, please contact Mr. Tjugum by email at hunter.tjugum@nih.gov or by phone at 301-827-5304.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2017-707/listing.html)
- Record
- SN04635272-W 20170819/170817232940-60347572243d48a0700b16e81daba523 (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 |