Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2003 FBO #0617
MODIFICATION

66 -- Fast Protein Liquid Chromatography System

Notice Date
8/6/2003
 
Notice Type
Modification
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area National Animal Disease Center, 2300 Dayton Avenue, Ames, IA, 50010
 
ZIP Code
50010
 
Solicitation Number
RFQ6003
 
Response Due
8/17/2003
 
Archive Date
9/1/2003
 
Point of Contact
Denise Hill, Purchasing Agent, Phone 515-663-7243, Fax 515-663-7482,
 
E-Mail Address
dhill@nadc.ars.usda.gov
 
Description
This is a combined synopsis/solicitation for commercial items identified below, 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: offers are being requested and a written solicitation will not be issued. This solicitation number: RFQ6003, is issued as a Request for Quotation (RFQ). This procurement shall be solicited under the Simplified Acquisition Procedures (SAP). The North American Industry Classification System Code (NAICS) code is 334516. The USDA, Agricultural Research Service, National Animal Disease Center has a requirement to purchase a Fast Protein Liquid Chromatograph (FPLC). Please quote an EQUAL for the following items (One each unless otherwise noted): (1)Amersham Biosciences (S)AKTAFPLC-FRAC950 w/control #13443101 (System to include: P-920 system pump, M-925 Mixer, INV-907 injection valve, UPC-900 UV/pH/conductivity monitor with fixed wavelength detection, FV-903 Waste Valve, FRAC950 Fraction collector, UNICORN software, UNICORN control computer, monitor, and software), (2) Resource Q 1 ml Column #17117701, (3) Superdex 75 HR 10/30 Column #17104701, (4) Superdex 200 HR 10/30 Column #17108801, (5)Valve IV-908, 2MPa #18110842 (2 each), (6)Valve PV-908, 25MPa #18110841 (2 each), (7)Flow cell Air-912 (1.2 mm i.d). #18112123 (2 each), (8)Uninet Cable, 3 m #18110975, (9)Rack B w/bowl for 240 x 12 mm tubes #18608312, (10)Teflon Loops (25, 50, 100, 200, 500 ul) #18040401, (11)Teflon Loops (1 and 2 ml) #18589701, (12)AKTA user kit #18115424, (13)Air 900 control Box #18112122, (14)pH electrode, round tip #18113484, (15)Dummy pH electrode #18111103, (16)AKTA column holder #18111317 (2 each), (17)Long column holder AKTA purifier #18112632 (2 each), (18)Inlet filter assembly #18111315 (6 each). The items you are offering must meet or exceed the following salient characteristics and minimum specifications for Fast Protein Liquid Chromatography (FPLC): (1)Must have flow rate range of 0.05-20 ml/min at pressures ranging from 0-700 psi, (2)Must have two piston-type pump gradient system capable of dynamic mixing, resulting in ability of gradient runs or dilution of samples while running, (3)System must be inert to halides, (4)System pumps must allow for operation at zero back pressure for compatibility with low-pressure chromatography procedures, (5)System must have air bubble detection equipment (air control box and flow cells) so air does not get into columns, (6)Controller must allow for time-based, volume-based, or column-volume-based programming of runs, (7)System controller must allow user to change run parameters of next method while current method is running, (8)Fraction collector must be fully integrated into system and controlled by system software, (9)Column selection, buffer selection, flow direction, and multi-dimensional chromatography must be software-controlled by nine motorized valves and be driven electronically, (10)System controller must be able to control 9 valves, chart recorder/printer, fraction collector, gradient mixer, air sensors, and 3 pumps, (11)System must be compatible for use in cold room at 4C, (12)System controller must allow for optimizing of small amount of buffer or sample before large run is initiated, (13)Exhaustive documentation of experiment must be stored until required by user, (14)Post-run chromatographic analysis and reporting functions must be included, (15) System must have pressure-limit alarm and shut-off features, (16)Controller must be able to store 99 different chromatographic methods in a user-defined sequence, (17) Fraction collector for system must have configuration for 240-12 mm tube, (18)System must have Teflon sample loops with 25, 50, 100, 200, 500 ?l and 1 and 2 ml capacities, (19)A round tip pH electrode and dummy electrode must be included with system, (20)Two column holders and two long column holder purifiers must be included with system, (21)Six inlet filter assemblies must be included with system, (22)A 3 m Ethernet cable must be included with system, (23)Columns with large pore support media for high flow, accurate separation of proteins are required, and (24)system to include installation and training. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.211-6 Brand Name or Equal; 52.212-1 Instructions to Offerors-Commercial Item; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In Paragraph (B) of 52.212-5, the following apply: 52.203-6, 52.223-9, 52.225-1, 52.225-13 and, 52.232-33. All offerors must include copies of 52.212-3 (Representations and Certifications). Faxed quotations are acceptable to Denise Hill at fax number 1-515-663-7482 on or before August 17, 2003, 4:30 P.M. Central Standard Time. All responses will be evaluated in order to determine the ability to meet the above stated capabilities. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. Responses shall include technical specifications, descriptive material, literature, brochures and other such information corresponding to each minimum required item, which demonstrates the capabilities of the offeror?s equipment. Offerors shall identify where the offered item meets or does not meet each of the Government?s functional and performance minimum specifications listed herein. Offeror shall include references of three (3) firms for which similar equipment was provided. The anticipated award date is August 29, 2003. All responsible sources may submit a quotation which shall be considered by the Agency.
 
Place of Performance
Address: USDA-ARS, Molecular Biology Building, ISU, Ames, Iowa
Zip Code: 50011
Country: USA
 
Record
SN00393388-W 20030808/030806213326 (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.