Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2003 FBO #0525
MODIFICATION

66 -- FURNISH, DELIVER & INSTALL AN AMERSHAM BIOSCIENCES AKTA-FPLC SYSTEM, SOFTWARE AND ACCESSORIES

Notice Date
5/6/2003
 
Notice Type
Modification
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
 
ZIP Code
19038
 
Solicitation Number
Reference-Number-3-1915-100-008
 
Response Due
5/12/2003
 
Point of Contact
Lisa Botella, Contract Specialist, Phone 215-233-6551, Fax 215-233-6558,
 
E-Mail Address
lbotella@naa.ars.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
THIS AMENDMENT CORRECTS THIS REQUIREMENT TO A SMALL-BUSINESS SET-ASIDE. The USDA, Agricultural Research Service (ARS), intends to negotiate solely with Amersham Bioscience in Piscataway, NJ to furnish, deliver, and install a new AKTA FPLC System, Software and Accessories at the USDA, ARS, NAA, N.E. Plant, Soil & Water Lab (NEPSWL), University of Maine, Orono, ME 04469. The NAICS is 334516 with a size of 500 employees and is unrestricted. The USDA, ARS, NEPSWL requires the Amersham Biosciences AKTA FPLC System and Accessories which will be used in the research and study of the principles of manure phosphorus chemistry for protein purification and gel filtrations of organic P in relevant agricultural sources. Gel filtration chromatography will be used to investigate molecular size distribution of organic phosphorus in extracts from animal manure. The system will also provide a means to purify phosphate-releasing enzymes with various chromatographic columns. These purified enzymes will allow us to identify the types and determine the amounts of organic P with more accuracy. Purification of biomolecules from complex starting materials is a key component necessary for obtaining information about individual enzymes and their associated activities. The ability to easily develop and optimize separation methods and protocols for isolating and characterizing research quantities of enzymes has been of critical importance in the application for enzyme-based technologies. The system has great versatility and can be used to perform separations based on a wide variety of sample characteristics, including, but not limited to molecular weight, net surface charge, and hydrophobicity. For NEPSWLs intended applications, the AKTA-FPLC system, software and accessories must be fully integrated. SALIENT CHARACTERISTICS of the system are: Cold-room compatible. Biocompatible, syringe style dual pump system that can provide a flow rate range of 0.05 to 20 ml/min. with pressure ranges from 0-5 Mpa to allow the use of a variety of chromatographic columns. A fraction collector capable of collecting by volume or automatic peak fractionation of up to 175 fractions. Fraction marks and fraction numbers allow for easy identification of fractions and peeks. The system must have a UV monitor with Hg lamp including 280nm and 254nm filters with an option of a Zn lamp for reading at 214nm for higher sensitivity. The UV monitor must have a signal output range of 0.01 to 5.0 AUFS. The sensitivity of the conductivity monitor must be 1 uS/cm to 999mS/cm. Ability to control up to nine motorized, electronically-driven valves which will allow simultaneously, expediting method changes and stepwise purification techniques. Three-position motorized injection valve with a variety of loading loops and super loops to provide the capability of loading from 10 ml to 150ml of sample volume. The system shall include a(n): 1) Biocompatible HPLC system and all related hardware required for sampling, detection, analysis, and data storage associated with the fast and easy purification of protein and gel filtrations of organic P. 2) Expandable rack that provides the flexibility for the use of longer chromatographic columns, changes in the system configuration, and increases in automation and upgrading. 3) Operating software with pre-programmed method(s) template, evaluation software and flexibility in software design for upgrading added functionality. 4) Dynamic mixing to ensure efficient mixing of buffers for optimum results. 5) Wetted flow-path of the system must be inert to halides to allow the use of salt buffers required in some protein separations. 6) Be capable of forming gradients and include a motorized injection valve. 7) Have an in-line, flow-through conductivity monitor to allow for auto ranging between any two ionic-strength buffers. The sensitivity of the conductivity monitor must be 1 uS/cm to 999mS/cm. 8) One set each of all equipment operating and software manuals. TECHNICAL SPECIFICATIONS - In addition to he salient characteristics above, the Amersham Biosciences AKTA-LCMS allows the purification and study of biomolecules, such as enzymes, proteins, peptides, oligonucleotides and nucleic acids, from complex starting materials using a variety of separation modes. The system incorporates, in a fully integrated instrument, many features and controls that allow media screening, method scouting, method optimization and scaling experiments with minimum preparation time and maximum confidence in accuracy and reproducibility of results. A. The Biocompatible Liquid Chromatograph System must have: 1) The ability to separate biomolecules based on a variety of sample characteristics, such as molecular weight, net surface charge and hydrophobicity; 2) A biocompatible pump and provide flow rates from 0.001 to 10 mL/min. with pressure ranges from 0 to 3625 psi.; 3) The entire wetted flow path of the system must be inert to halides and the pump must be capable of washing behind the piston seal to ensure no salt crystal formation, which would reduce piston life; 4) Two separate pumps with dynamic high pressure mixing to produce high accuracy and precision in gradient formation required for high-resolution separations. 5) Switching valves and controls that allow for accurate automatic buffer preparation from stock solutions and be controlled through the system control software. 6) Maintain and control the pH throughout the run, automatically compensating for changes in temperature and salt concentrations. 7) The ability for column switching without manually connecting and reconnecting tubing and columns into the flow path. 8) The equilibration of columns' before and after runs must be capable of being monitored with a feed-back loop to the control system to be certain that equilibration is complete without consuming excess buffers. B) A fraction collector that is: 1) Capable of collecting by volume or automatic peak fractionation of up to 175 fractions. Fraction marks and fraction numbers allow for easy identification of fractions and peeks. 2) The capability for multiple buffer switching, large sample fractionation and re-injection, flow-reversal and multiple sample injection. C) System control software that - 1) will control, through the system control software, an external inert sampling pump with flow from 0.1 to 50 mL/min. to inject large sample volumes for sample application. 2) Includes a UV-Visible monitor capable of monitoring 3 or more wavelengths at a time. 3) Be based on the current industry standard Microsoft Windows2000 operating system. 4) Operate using a Dell-Pentium 4 (brand name or equal)(minimum) computer. 5) Be able to collect external data from a fluorescent and/or refractive index detector and accept eight or more input signals. 6) Be capable of plotting and integrating the input signals, as well as using them to trigger sub-routines in the programming when the signal exceeds a user set threshold to allow the automation of multidimensional separations. 7) Be network ready. 8) Be capable of being remotely operated by another PC on the Internet, with software security controlled access. 9) Be multitasking and allow the user to enter details of the next separation or integrating and evaluating earlier runs, at the same time the current separation is being done. 10) Allow for post run analysis of chromatograms and the export of data to other commonly used software programs (i.e., Microsoft Excel (or equal). 11) Automatically document, with saved data files, each run and include all details of the separation. 12) Software upgrades shall be provided to the COTR within five (5) workdays after issuance. D) A Computer that must have: 1) A Dell Dimension 4100 (or equal)-Pentium 4, 1.7MHz (minimum) processor, 128-133 MHZ SDRAM: Quiet Key Keyboard: 17-inch color monitor 32 MB Video Card; 560 GB Ultra ATA hard drive; 3.5" floppy Drive; Windows 2000 operating system (with Disks); MS IntelliMouse; 3Com Network Card: 12x/8x32x CD-RW Drive, a network card, a minimum of 2 PCI expansion slots and capable of expanding auxiliary output for optional equipment. 2) Provides all cables, interfaces and accessories required to connect all the components. 3) Parallel and Serial communication cables to other equipment. 4) A 3-year on-site parts and labor warranty. E) ACCESSORIES - Includes one each of the following: 1) Hiload 16/60 Superdex: 30 and 200 pr; 2) Gel Filtration: LMW Cal Kit and HMW Cal Kit; 3) HiPrep 16/10: Q FF; SP FF; DEAE, CM; 4) Resource HIC Test Kit. 5) A user kit containing commonly needed and used fittings, tubing, connectors and other needed parts. SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSE - All Electronic and Information Technology (EIT) procured through this Contract must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. (36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.access-board.gov/sec508/508standards.htm - PART 1194. The following standards have been determined to be applicable to this contract: 1194.21, 1194.22, 1194.23, 1194.24, and 1194.25. This standard does not require the installation of specific accessibility-related software or the attachment of an assistive technology devise, but merely requires that the EIT be compatible with such software and devices so that it can be made accessible if so required by the agency in the future. The Contractor must note in the schedule whether each product or service is compliant or noncompliant with the accessibility standards at 36 CFR 1194. For each item that is identified as compliant the Contractor shall provide evidence or verification of compliance. The proposal must indicate where full details of compliance can be found (e.g., schedule attachment, the vendor?s website or other readily available location (specify). GOVERNMENT FURNISHED SERVICES - The Government shall be responsible for providing all necessary facility electrical hookups; and 2) Designating a Contracting Officer?s Representative (COR) at the time of award who will be responsible for coordinating delivery, installation, training and acceptance. PACKING AND SHIPPING - The Contractor shall be responsible for shipping the equipment in accordance with the F.O.B. Destination, Within Consignee?s Premises clause. The Contractor shall pack each item for shipment in a new container in such a manner that will ensure acceptance by common carrier and safe delivery at the destination. Containers and closures shall comply with the Interstate Commerce Regulation, Uniform Freight Classification Rules, or regulation of other carriers as applicable to the mode of transportation. The items to be furnished hereunder shall be labeled with the purchase order number and delivered, all transportation charges paid by the Contractor to the USDA, ARS, NAA, NEPSWL, University of Maine, Orono, ME 04469. DELIVERABLES - The Contractor shall furnish and deliver the equipment, accessories and software within thirty (30) days after the receipt of the purchase order. Training and documentation shall be delivered within forty-five (45) days after the receipt of the purchase order. Deliveries shall be made to the USDA, ARS, NAA, NEPSWL between the hours of 8:00 a.m. to 3:30 p.m., Monday through Friday, excl. Federal holidays. INSTALLATION AND SET-UP - The Contractor shall be responsible for performing all start-up operations to ensure the system is fully functional for its intended purpose. The date and time for installation and start-up shall be coordinated by the Contractor with the COTR at least one (1) week prior to delivery. The Contractor shall perform and complete installation and start-up within two (2) weeks after delivery. TRAINING - The Contractor shall provide a minimum of 1-day training on-site at the NEPSWL for a maximum of five (5) individuals and include all pertinent training materials. The date and time shall be coordinated by the Contractor with the COTR (to be named at time of award) at least one (1) week prior to delivery and completed within two (2) weeks after delivery. Training shall include system operation, maintenance, and trouble shooting and include all pertinent training materials to fully equip users to properly and effectively use and maintain the system in peak operating condition. DOCUMENTATION - The Contractor shall provide one (1) copy each of the operations, repair, maintenance manuals, service instructions upon delivery of the equipment. The Contract shall also provide one (1) copy of the software diskette and software operating instructions. WARRANTY - The Contractor shall provide a one-year parts and labor warranty on the system (from the date of installation), three-year limited on-site warranty for the control unit, and a three-year standard on-site warranty on the computer system (from date of installation.) The Contractor shall provide a copy of each warranty. EXTENDED SERVICE AGREEMENTS - The Contractor shall provide a copy and pricing for any available extended warranties. The Contractor must also be capable of servicing the equipment/software through the extended warranty. ADDITIONAL OFFER INFORMATION - Telegraphic or facsimile offers are NOT acceptable. Companies with the demonstrated capability and financial capacity to provide and service such equipment must submit a written substantive statement outlining the Company's and systems' capabilities, available service agreements and consumables (including price lists) to the Contracting Officer within 5 days of publication of this notice. This is not a request for proposal. No solicitation is available.
 
Place of Performance
Address: USDA, ARS, NAA, NEPSWL, University of Maine, Orono, ME
Zip Code: 04469
Country: USA
 
Record
SN00318615-W 20030508/030506213134 (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.