Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2019 FBO #6493
SOLICITATION NOTICE

66 -- AKTA Liquid Chromatography System

Notice Date
9/3/2019
 
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, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-OA-19-008621-CSS
 
Point of Contact
Debra C. Hawkins, Phone: 301-827-7751
 
E-Mail Address
debra.hawkins@nih.gov
(debra.hawkins@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
(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-OA-19-008621-CSS and the solicitation is issued as a Request for Quotation (RFQ). 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 and FAR Part 12-Acquisition of Commercial Items. This acquisition is not expected to exceed the simplified acquisition threshold. The National Institute on Drug Abuse (NIDA), Office of Acquisition on behalf of the National Institute of Neurological Disorders and Stroke (NINDS) intends to negotiate and award a purchase order for an AKTA Liquid Chromatography System brand-name or equal to Model AKTA pure 25 M, manufactured by GE Healthcare Bio-Sciences Corporation, 100 Results Way, Marlborough, Massachusetts 01752, that includes: (a) Part number: 29018226. Description: AKTA pure 25 M. Quantity: 1-Each; (b) Part number: 29011357. Description: Inlet Valve Kit V9 IAB. Quantity: 1-Each; (c) Part number: 28956342. Description: Adapter for air sensor. Quantity: 2-Each; (d) Part number: 28956502. Description: Air sensor L9 1.2mm. Quantity: 1-Each; (e) Part number: 28956327. Description: Bottleholder. Quantity: 1-Each; (f) Part number: 29011356. Description: Outlet Valve Kit V9 Os 1 outlet. Quantity: 1-Each; and (g) Part number: 29027743. Description: Fraction collector F9 C Each. Quantity: 1-Each. (iii) This solicitation incorporates the provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05, effective August 13, 2019. (iv) The associated North American Industry Classification System (NAICS) code: 334516-Analytical Laboratory Instrument Manufacturing; Size Standard: 1,000 Employees. (v) AKTA Liquid Chromatography System (vi) Background / Purpose / Objective: The purpose of this purchase is to get a chromatography system for purification of proteins used in study of Na/K ATPase. The National Institute of Neurological Disorders and Stroke (NINDS), Molecular Neurophysiology Section (MNU) studies the regulation and function of membrane proteins the Na/K ATPase. Transporter that moves three potassium ions inside and two sodium ions outside the chemical gradient using ATP hydrolysis. The chromatography system will be used to study the functionality of purified protein. AKTA Liquid Chromatography System is used to separate a sample into its individual parts. This separation occurs based on the interactions of the sample with the mobile and stationary phases. The government's essential feature for the AKTA Liquid Chromatography System are: (a) Proteins can be sensitive to heat and temperature variation. Protein degradation is a concern. The contractor shall demonstrate how their equipment is sufficient to run samples through the column for long holds to warm up, so a lamp can diffuse the sample. The system should not contribute heat to the flow cell during detection; (b) The system shall have the ability to perform multimode protein purification where a second UV monitor can be added for this purpose; (c) System shall have the ability for a second fraction collector to be added for larger capacity; (d) UV signal shall be temperature independent and not fluctuate with change in flow rate; (e) Durable system with bioinert materials which are not susceptible to prolonged exposure to acid and basic chemical components; (f) The system shall have the ability to visualize collection data in real time and interact with the variables in a manual mode to make collection adjustments; (g) The system shall have the ability to change valve positions and pump inlet positions to perform column wash steps and increase or decrease pump speed during a method or manual run. The inability to adjust flow path and flow rates causes interruptions in the run requiring the users to stop the system to make adjustments. The delay can cause proteins to degrade; and (h) Quantity: One (1) Each. (vii) Government's Anticipated Delivery: Within thirty (30) Days After Receipt of Order (ARO). Delivery Point: FOB Destination. Delivery Location: National Institute of Neurological Disorders and Stroke (NINDS), Bethesda, Maryland 20892. The successful offeror shall coordinate delivery arrangements with the customer prior to shipment. The Loading Dock hours are as follows: 8:00 am to 4:30 pm Eastern Time, Monday through Friday except on Federal holidays. All products delivered must contain a Packing Slip (with serial numbers as applicable). (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The factors used to evaluate offers are the unique technical and performance capabilities of product and cost. Technical and past performance, when combined, are significantly more important than cost or price. (x) Offerors are advised to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. (xi) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. (xiii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating, is not applicable to this solicitation. (xv) All quotations or offers are due 12:00 Noon, Eastern Time, on September 9, 2019, and must reference the solicitation number noted herein. Quotations or offers must be submitted electronically to the contact person identified herein at debra.hawkins@nih.gov. Fax responses will not be accepted. (xvi) For information regarding this solicitation contact: Debra C. Hawkins Contractor, Acquisition Policy Analyst II, at 301-827-7751.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-OA-19-008621-CSS /listing.html)
 
Place of Performance
Address: National Institute of Neurological Disorders and Stroke (NINDS), Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN05427803-W 20190905/190903230805-5b4bdd9cdd8009bc5b136f14d058d046 (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.