Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2002 FBO #0215
SOLICITATION NOTICE

65 -- Liquid Chromatography System

Notice Date
7/3/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 6700-B Rockledge Drive, Bethesda, MD, 20892-7605
 
ZIP Code
20892-7605
 
Solicitation Number
RFQ1018
 
Response Due
7/25/2002
 
Archive Date
8/9/2002
 
Point of Contact
Guy Barratte, purchasing agent, Phone 301-594-3419, Fax 301-480-3695, - Rosie Owens, Contracting Officer, Phone 301-402-2284, Fax 301480-3695,
 
E-Mail Address
gbaratte@niaid.nih.gov, rowens@niaid.nih.gov
 
Description
This is a combined synopsis/solicitation to procure commercial items prepared in accordance with the format in FAR Part 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. This procurement is being issued as a request for quotation. Submit offers to RFQ #1018. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-007. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a Small Business Set-Aside. The associated North American Industrial Classification System (NAICS) code for the procurement is 334516. SCHEDULE: The National Institute of Allergy and Infectious Diseases requires a biocompatible high performance liquid chromatography system that has low pressure and high output for the protein purification. The system must have the ability to purify biomolecules from complex starting materials derived from cell lysates, tissue homogenates, recombinant protein expression systems and other sources. The system should be able to perform separations based on a variety of sample characteristics, such as molecular weight, net surface charge and hydrophobicity, while retaining biological activity. The system should have a pump that can provide a flow rate range of 0.05 - 20ml/min and a pressure range from 0-5MPa. The system should have a UV monitor with an Hg lamp including 280nm and 254nm filters. The UV monitor must have signal output range of 0.01 to 5.0 AUFS. The flow cell must have a 5mm-path length. The system must have an in-line, flow-through conductivity monitor. The monitor must allow for auto-ranging between any two ionic-strength buffers with a sensitivity range of 1uS/cm to 999mS/cm. The system must have a fraction collector that allows fixed volume fractionation, time-based fractionation or automatic peak fractionation. The fraction collector must be able to collect flow ranges from 0.001ml/min to 100ml/min. It must also be able to collect up to 120 fractions in 18mm diameter tubes and 8 fractions in 30mm diameter tubes. The system must include the following: a three-position injection valve with load, inject and wash positions; two motorized valves to accommodate up to seven columns, plus one column bypass and an additional motorized valve for buffer selection. This valve must be able to accommodate up to eight buffers for automated selection by the pump. The system controller and software must be able to monitor three pumps, nine motorized valves, a fraction collector, a dynamic gradient mixer, a UV monitor, a conductivity monitor, a pH monitor and three air sensors. Delivery location is National Institute of Allergy and Infectious Diseases; Bethesda, MD. 20892 and shall be inside delivery. FAR provisions and clauses that apply to this acquisition are 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212.3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.225, Buy American Act also applies. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3, Offerors Representations and Certifications - Commercial Items. The Government intends to make a BEST VALUE BUY to the responsible offeror whose offer is most advantageous to the government. The evaluation criteria will include 1) the technical capability of the item offered to meet the government's needs, 2) price, 3) warranty considerations and 4) delivery time. Copies of the aforementioned clauses are available upon request by telephone from Mr. Guy Baratte at (301) 594-5075. Offers must be submitted no later than 5:00 P.M., Eastern Daylight Time (EDT), July 25, 2002, to Mr. Guy R. Baratte. If hand-carrying offer, deliver to Mr. Baratte at 6700B Rockledge Drive, Room 1130; Bethesda, MD 20817. For delivery through the Postal Service, the address NIH/NIAID/AMOB; 6700B Rockledge Drive; Rm. 1130; MSC-7605; Bethesda, MD 20892-7605. Electronic submission will not be accepted. Requests for information concerning this requirement are to be addressed to Mr. Baratte at (301) 594-5075. Collect calls will not be accepted. All responsible sources may submit an offer that will be considered by this Agency.
 
Place of Performance
Address: National Institute of Allergy and Infectious Diseases, Bethesda, MD
Zip Code: 20892
 
Record
SN00110621-W 20020705/020704052235 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.