COMMERCE BUSINESS DAILY ISSUE OF JULY 9, 2001 PSA #2888
SOLICITATIONS
66 -- OLIS-RAPID SCANNING STOPPED-FLOW SPECTROPHOTOMETER
- Notice Date
- July 5, 2001
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung, and Blood Institute, Contracts Operations Branch 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- NHLBI-PS-2001-027
- Response Due
- July 20, 2001
- Point of Contact
- Cecilia Morales, Purchasing Agent, Phone (301) 435-0366, Fax (301) 480-3345, Email cm71f@nih.gov
- Description
- This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR 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. The solicitation number is NHLBI-PS-2001-027, and is issued as a Request For Quotation (RFQ). The solicitation/contract includes all applicable provisions and clauses in effect through the Federal Acquisition Circular 97-26. This acquisition is set-aside for Small Business. The North American Industry Classification System (NAICS) code is 334516 and the size standard is 500 employees for this requirement. The National Heart, Lung and Blood Institute intends to purchase the following systems: One (1) each, Olis Rapid-Scanning Stopped-Flow Spectrophotometer, model OLIS RSM 1000; one (1) each, Shutter Incorporation; One (1) each, Hamamatsu UV/VIS Photon Counting Module; One (1) each, Closed Cycle Cooling Box; One (1) each, Temperature Control Module; Delivery, On-site installation, System Verification and user-training by manufacturer authorized personnel (the training period must be specified). The Scanning Stopped-Flow Spectrophotometer must be configured for milliabsorbance sensitivity during millisecond spectral scanning as a function of dual beam absorbance and fluorescence spectroscopy. Each stopped-flow shot result must be up to 1000 spectral snapshots per second and results shall be fitted to exponential and poly-exponential algorithms for immediate determination of rate constants and spectra involved in the reaction, including short-lived spectral intermediates. The hardware must include DeSa double grating monochromator for 4.4 optical system, 250 mm focal length; single grating monochromator for 4.5 throughput 32 x 40 mm grating with a 75 watt xenon arc lamp, a 450 watt xenon arc lamp with bean cooling and water cooling accessory and all electronics and detection hardware to support acquisition of 1,000 spectral scans per second during absorbance, fluorescence, and scatter measurements; The wavelength range shall be available to fall between 200-1200 nm with range down to 180 nm during conventional scanning and/or fixed wavelenth measuremnts. This system shall include past response photomultiplier amplifier and twin 2 MHz 12 bit A/D converters for direct reading from two photomultiplier tubes, the tubes must be provided, one for absorbance detection and one side-on high sensitivity photomultiplier for fluorescence and scatter detection; the system shall provide millisecond deadtime, complete mixing, anaerobic performance, temperature regulation with use of water bath, and failsafe operation; the three valves, pneumatic actuator, and the stopped flow syringe must be in the correct positions before the computer allows firing of the stopped flow; the result must be 100% security against inadvertent waste of reagents and/or damage to the stopped, flow and syringes; the volume of sample per shot shall be user-controllable, from approximately 40 120ul per syringe per shot, in accordance to tubing and pathlengths; when the stopped-flow mixing is not required, the Olis U.S.A. stopped-flow shall be able to be removed and jacketed cuvette holder for use with up to 1 cm square, cuvettes must be able to be use in the sample compartment. =20 The Shutter Incorporation must support millisecond flashing of sample and/or protection of photolabile samples from measuring beam when measurements are not being made, this shall consist of shutter, necessary hardware, controlling software, telephone support must be provided. The Hamamatsu UV/VIS Photon counting Module must add sensitive fixed wavelength emission detection to any OLIS spectrometer with this enhancement; the low light level detectors must combine the sensitivity of photomultiplier tube controller to provide a detector module of exceptional sensitivity, accuracy and flexibility. The detector module shall acquire the signal by counting the photons as they enter the input window. Precise counting intervals of ten milliseconds must be provided by the crystal-controlled counter/timer circuitry in the microcontroller. The total count must be recorder at a maximum rate of photon detection of 63,536 times 100 times the pre-scale factor, or approximately 26 million photo-electrons per second. The Closed Cycle Cooling Box System must provide water cooling without an external source of coolant and must include a lamp shot-off safety feature, guaranteeing against the lamp ever overheating. The Temperature Control Module must include refrigerated bath/circulator, -26 degrees to +200 degrees C with +/-0.01 degrees C stability and +/-0.01 C accuracy; a 20 x 5 mm remote sensor with lead shall be fitted within the jacketing of the cuvette holder for confirmation of temperature at the cell; the fluid volume must be 3.5 to 5 liters; the dimensions must be 10"W x 21"L x 15.5"H and the Ramp rate must be approximately 3 degrees C per minute, Software (Operating system for collecting data as a function of temperature and circulating coil assembly) must be included. The Government's desired delivery and acceptance schedule is within ninety (90) days from the contract award date. The provisions of FAR Clause 52.212-1, Instructions to offerors -- Commercial Items, applies to this acquisition. The provisions of FAR Clause 52.212-2, Evaluation -- Commercial Items is applicable to this acquisition. The contractors must submit descriptive literature of the product quoted and an itemized price list. The Government intends to evaluate offers and award a contract without discussions with contractors. Therefore the initial offer must contain and meet all the Government specifications. The Government reserves the right to conduct discussions if, the Contracting Officer later determines to be necessary. The Government may reject any or all offers if such action necessitates and waive informalities and minor irregularities in offers received. The award will be made based upon adherence to system specifications/requirements, lowest price, and delivery time after receipt of order. The contractor must include a completed copy of the provision of FAR Clause 52-212-3, Offeror Representations and Certifications Commercial Items with its offer. The Provisions of FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Commercial Items Deviation for Simplified Acquisitions, applies to this acquisition, The clauses are available in full text at http://www.arnet.Gov/far. Interested vendors capable of furnishing the government with the items specified in this synopsis should submit two (2) copies of a quotation to the address below. The quotation shall include prompt payment terms, Taxpayer Identification Number (TIN), Dun & Bradstreet Number (DUN's) and descriptive reference literature of the items offered, identifying all of the requirements. The offers must reference "Solicitation Number: NHLBI-PS-2001-027". The response due date is July 21, 2001or fifteen (15) calendar days from the publication date of this synopsis, whichever is later. All responsible sources may submit an offer, which if timely received, shall be considered by the agency. The offer must be submitted in writing to the National Heart, Lung, and Blood Institute, Contracts Operations Branch, Procurement Section, Rockledge Building 2, Suite 6042, 6701 Rockledge Drive, Bethesda, MD 20817-7902, Attention: Ms. Cecilia Morales, Purchasing Agent, EMAIL: moralesc@nhlbi.nih.gov. Fax number 301-480-3345, Fax offers will only be accepted if dated and signed by an authorized representative. =20
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/HHS/NIH/NHLBI/NHLBI-PS-2001-027/listing.html)
- Record
- Loren Data Corp. 20010709/66SOL006.HTM (D-186 SN50Q9X3)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on July 5, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|