SOLICITATION NOTICE
66 -- Knauer Azura HPLC System (Brand Name or Equal)
- Notice Date
- 6/22/2020 3:38:18 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 454390
— Other Direct Selling Establishments
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- NIMH-20-004010
- Response Due
- 6/29/2020 9:00:00 AM
- Archive Date
- 07/14/2020
- Point of Contact
- Michelle Cecilia, Phone: 3018277199, Valerie Whipple, Phone: 3018275218
- E-Mail Address
-
michellececilia.cecilia@nih.gov, Valerie.whipple@nih.gov
(michellececilia.cecilia@nih.gov, Valerie.whipple@nih.gov)
- Description
- This is a combined synopsis/solicitation for commercial items, prepared in accordance with 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: No. NIMH-20- 004010 includes all applicable provisions and clauses in effect through FAR Federal Acquisition Circular (FAC) 2020-05 (effective March 30, 2020) simplified procedures for commercial items. This acquisition will be conducted under the procedures for acquiring commercial items authorized in FAR Part 12 and under the authority to use simplified procedures for commercial requirements as provided in FAR 13.501. This requirement is assigned North American Industry Classification System (NAICS) code 454390 with a size standard of $8.0 million dollars. Only one award will be made because of this solicitation. This will be awarded as a firm fixed price type contract. BACKGROUND The PET Radiopharmaceutical Sciences Section (PRSS) of the NIMH requires the purchase of two (2) compact HPLC systems for purification and analysis of PET radioligands in our radiochemistry facility. PRSS is currently in the process of renovating our laboratory space to install two new lead-shielded hot cells to increase our capacity for PET methodology development and radioligand production for animal studies. Each hot cell will require one complete semi-preparative scale HPLC system to purify the radiolabeled compounds. The salient characteristics that apply to this acquisition are as follows: a. The HPLC System shall have a variable wavelength detector which shall meet the following specifications: i. The physical size of the UV detector unit shall be smaller than 5�x9� to fit within the existing available space and comply with radiation safety requirements. ii. An operator of this PDA detector shall be able to select a UV wavelength from c.a. 190 nm to c.a. 450 nm. iii. UV detector unit must be able to function efficiently when physically separated from the rest of the system. iv. Flow cell shall be replaced easily when damaged. v. The controlling PC shall have electronic communication via either RS323 or LAN (Ethernet) or USB communication to the PDA detector and pumps device. vi. The standard deviation of the baseline, namely, noise level shall be below � 1x10-3 AU at 254 nm. b. The HPLC system shall have an analog to digital converter that logs data into hard disk drive in addition to UV absorbance signal selected from PDA. More specifically, the system shall provide an analog to digital converter to handle voltage signal ranging from 0 to 10 V coming from the existing radiation detector (Bioscan Flow-Count). i. The analog to digital converter shall have at least 12 bit resolution. ii. The sampling rate of the analog to digital converter shall be greater than 10 Hz. The sampling rate here includes the rate of the writing the data into the hard disk drive (non-volatile memory). iii. In addition to UV chromatogram, this additional signal from the radiation detector shall be plotted in the separate charting windows. Alternatively, the same chart shall be able to display UV and radiation signal simultaneously. iv. The software shall be able to scale UV and radiation signal automatically such that the maximum of the biggest peak can be seen during the requisition of data. v. One shall be able to select either UV or additional analog signal of the previous chromatogram and shall be able to overlay the data while data is being plotted on a charting window. vi. One shall able to scale the horizontal axis (x-axis for time) and the vertical axis (yaxis for UV absorbance or radiation) automatically such that the entire data is visible in the charting window during real time data acquisition. c. The HPLC System shall have 2 HPLC Pumps per system which shall meet the following specifications: i. Flow rate shall range between 0 and 10 milliliters per minute (mL/min). ii. Flow rate shall have the accuracy of +/- 1% at approximately 2 mL/min. iii. All fittings and tubing necessary to plumb the system shall be included. iv. The pump shall be able to handle the back pressure up to 5 kpsi. v. The pump shall have a built-in pressure sensor with settable upper and lower limits to monitor the performance of the system. vi. The HPLC pump shall be able to minimize pulsation by providing a mechanical solution such as pulse dampener. vii. The HPLC pump system shall use two pumps to change the mobile phase gradually and systematically. The pumps shall be computer controlled to yield reproducible results. viii. The HPLC pump system shall have a mixing mechanism of mobile phases. d. The software shall allow the user to create project-specific folders, methods, data files, and customizable reports, as well as allow customized integration tools and control of components by manual intervention as well as pre-programmed method. e. Delivery and Installation shall be performed by the offeror. Upon delivery the vendor shall install the equipment and perform an equipment function test in the presence of a NIMH radiochemist to ensure the equipment is fully functional. f. The offeror shall provide equipment training for a minimum of one day, including software operation, to NIMH radiochemists. QUANTITY Two HPLC Systems (Brand Name or equal �Knauer Azura�) that include all of the following parts: a. UVD 2.15 Variable wavelength UV detector b. Flow cell, 10 ?L c. P 2.15 compact HPLC pumps (two per system) d. Dynamic mixing chamber e. Colibrick A-D 2-channel converter f. ClarityChrom software g. All additional accessories required for operation of the complete system PAYMENT Payment shall be made upon the delivery and acceptance of all required items in accord with the Prompt Payment Act. DELIVERY / INSTALLATION Delivery shall be arranged between the vendor and the project officer once the order is complete and routine laboratory operations at the NIH have resumed following the COVID-19 restrictions. Anticipated delivery between 30 � 60 days from date of award. Delivery shall be to: 10 Center Drive Building 10, B3C Bethesda, MD 20892 CONTRACT CLAUSES/PROVISIONS The following Federal Acquisition Regulation and Health & Human Services Acquisition Regulation Provisions/Clauses apply to this acquisition: FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/ and/or http://www.hhs.gov/policies/hhsar/. Clause No. Title FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (OCT 2018) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (OCT 2018) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (OCT 2018) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN 2019). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition: FAR Clause 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards FAR Clause 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR Clause 52.209-9 Updates of Publicly Available Information Regarding Responsibility FAR Clause 52.219-28 Post Award Small Business Program Representation FAR Clause 52.222-3 Convict Labor FAR Clause 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR Clause 52.222-21 Prohibition of Segregated Facilities FAR Clause 52.222-26 Equal Opportunity FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities FAR Clause 52.222-40 Notification of Employee Rights Concerning Payment of Union Dues or Fees FAR Clause 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR Clause 52.225-3 Buy American Act -Free Trade Agreements - Israeli Trade Act FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases Far Clause 52.232-33 Payment by Electronic Funds Transfer-System for Award Management FAR Clause 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Please complete and resubmit with offer) FAR Clause 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR Clause 52.204-26 Covered Telecommunications Equipment or Services-Representation The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION The provision at FAR clause 52.212-2, Evaluation � Commercial Items, applies to this acquisition. (a) The following is an addendum to 52.212-2. Responses received to this Combined Synopsis/Solicitation 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 the evaluation of responses to determine if, as submitted, the proposal is technically acceptable. (b) Options. N/A (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. RESPONSES AND PRICE PROPOSAL In addition, your quote must include the following: Federal Tax Identification Number (TIN); Data Universal Numbering System (DUNS) Number; and Business Size (e.g., small or large). Please submit an executed copy of FAR Clause 52.204-25_Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR Clause 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment ; and FAR Clause 52.204-26 Covered Telecommunications Equipment or Services Representation (attached). Responses to this solicitation must include sufficient information to establish the interested parties' bonafide 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); and product description. Contracting Office Address: 301 North Stonestreet Avenue Bethesda, MD 20892 United States Primary Point of Contact.: Michelle Cecilia Contract Specialist michellececilia.cecilia@nih.gov Phone: 301-827-7199 Secondary Point of Contact: Valerie Whipple, Contracting Officer valerie.whipple@nih.gov Phone: 301-827-5218 SUBMISSION INFORMATION All responses must be received by 12:00 P.M., Eastern Standard Time, on June 29, 2020, and reference number NIMH-20-004010. Responses must be submitted electronically via electronic mail to michellececilia.cecilia@nih.gov and valerie.whipple@nih.gov . Fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9ebcad4a1be14104a58d499930e0df56/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05699169-F 20200624/200623042718 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |