Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2020 SAM #6818
MODIFICATION

66 -- Automated Purification and Extraction System

Notice Date
7/28/2020 7:06:07 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-NIA-CSS-20-007444
 
Response Due
8/4/2020 9:00:00 AM
 
Archive Date
12/31/2020
 
Point of Contact
Debra C. Hawkins, Phone: 3018277751
 
E-Mail Address
Debra.Hawkins@nih.gov
(Debra.Hawkins@nih.gov)
 
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-NIA-CSS-20-007444 and the solicitation is issued as a Request for Quotation (RFQ). This solicitation is issued as full and open competition for a brand-name or equal product. 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�Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. �(iii) This solicitation incorporates the provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07, effective July 2, 2020. �(iv) The associated North American Industry Classification System (NAICS) code: 334516�Analytical Laboratory Instrument Manufacturing, Size Standard is 1,000 Employees. � (v) Automated Purification and Extraction Systems (vi) Background / Purpose / Objective:� The National Institute on Aging requires an Automated Extraction and Purification System to be used in clinical studies for consistent high-throughput extraction and purification of DNA, RNA, Protein, and Cells. The intent of this action is to purchase an Automated Purification and Extraction Systems, that is brand-name or equal to the Thermo Scientific� KingFisher� Flex Purification System, KingFisher with 96 Deep-well Head; Manufactured by Life Technologies Corporation, 5781 Van Allen Way, Carlsbad, CA, 92008-7321 . The salient characteristics/essential features of the required automated purification and extraction system are:� (1)� an automated system used for the separation, purification and extraction of biological samples, including cells, organelles, proteins, peptides and nucleic acids; (2) The processor should use a method whereby superparamagnetic particles or magnetic beads are moved instead of transferring liquids; (3) Purification and processing steps should be performed in 96-well deep well plates, or 24-well deep well plates with dimensions that match the configuration of tip combs that cover the magnetic rods; (4) Should be able to accommodate processing volumes up to 5ml; (5) Protocols should be selected from a GUI display using a tabbed format navigated via buttons on the instrument keypad. The user should also be able to create and download custom protocols to the instrument; (6) Should have both USB and RS-232 computer interface; (7) Should have Snap-on heat blocks for applications requiring temperature control; (8) Should be capable of processing up to 96 samples at a time; (9) Should utilize an 8 position turntable to automatically move reagent-containing plates to their processing position; (10) The processor should create a mobile solid phase of the magnetic particles ensuring that all of the resin material is exposed to the target molecule. Creation of such a mobile solid phase also ensures efficient binding and washing for high quality and purity purified molecules; (11) Should be� a robotic-compatible instrument allowing for automated sample plate and liquid plate deliveries to the processing platform; (12) The processor should eliminate hands-on processes such as ethanol precipitation, phenol/chloroform extraction, centrifugation or column purification thereby freeing staff from the continuous physical strain of manual aspirating, pipetting or decanting of liquids to perform more productive tasks, and thus minimize exposure; (13) The processor should operate under a closed door system with clear viewing by the user; (14) The processor should be� an open platform capable of using any manufacturer�s magnetic particle based kits and associated protocols and be not limited to running only one kit supplier�s chemistry systems; (15) The processor should� include a full one-year warranty against manufacturing defects; (16) In-laboratory service and service agreements should be available and provided by trained service engineers. �(vii) Government's Anticipated Delivery: Within thirty (30) to sixty (60) calendar days after receipt of order (ARO). Delivery Point: FOB Destination. Delivery Location: National Institute on Aging, 251 Bayview Boulevard, Baltimore, Maryland 21224. 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.� The quote must reference the country of manufacturer. (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 August 4, 2020, 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 debra.hawkins@nih.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d3c0ca268e0a41ae80622b0444abbc48/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN05735650-F 20200730/200728230137 (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 |
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.