Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2005 FBO #1165
SOLICITATION NOTICE

65 -- ATKA FPLC RACK 950

Notice Date
2/1/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs Medical Center, (90G), Acquisition & Materiel Management Service, Bay Pines, Florida 33744
 
ZIP Code
33744
 
Solicitation Number
516-028-05
 
Response Due
2/15/2005
 
Archive Date
3/17/2005
 
Small Business Set-Aside
N/A
 
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 and incorporates provisions and clauses that are in effect through Federal Acquisition Regulation Circular 2001-26 and 2001-27 dated January 1, 2005. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 516-028-05 and being issued as a Request for Quotation (RFQ). This procurement shall be solicited on an unrestricted basis. The NAICS Code for this procurement is 421450 and the business size standard is considered 500 employees. The VA Medical Center, Bay Pines, FL, is seeking a contractor to provide a brand name or equal for the following equipment: GE Healthcare/Amersham Biosciences Corp., AKTA FPLC WITH FRAC 950, Product No. 18608320, Each system shall include Model P-920 system pump, Model M-925 Mixer for precision gradient formation, Model INV-907 Injection valve, Model UPC-900 UV/pH/conductivity monitor with fixed wavelength detection, Model Frac950 Fraction collector for collecting up 120 samples in 16 mm tubes and 8 samples in 30 mm tubes, UNICORN software package (System start-up included). The salient characteristics include for the protein purification system: Flow rate range (0.05-20.0 ml/min); Pump head type and material (Glass and PEEK, syringe type pump); UV Monitor wavelengths (280 and 254 nm); Method Template programming (built-in templates for method programming); Column list programming (built-in column list for method programming); Air in system monitoring (optional air sensor); Programmable XY Fraction collector (rack for 120X18mm tubes plus 8X30mm tubes option of 4 other racks including one for 4X96 well microplates; Programmable Peak diverting/re-injection (optional automatic peak diverting and re-injection); Sample pump (for large volume loading); sample pump flow rate range (0.1-50ml/min); Sample pump pressure range (0.0-150psi); additional valves for automation (option of 8 additional for 9 total valves); programmable ?Watch? commands (programmable ?watch? of UV, air sensor, conductivity, pH, pressure for automatic command activation); pH Monitor (optional pH monitor); Conductivity Monitor (standard conductivity monitor); software operating system (shall run on either Windows NT or 2000 operating systems); Manual system control (shall be able to change all parameters manually when running programmed method). Delivery terms shall be FOB origin to the VA Medical Center, Warehouse, Bldg 100, 10000 Bay Pines Blvd, St. Petersburg, FL 33708. Proposals shall be submitted on an all or none basis. Partial proposals shall be rejected. If submitting on a brand name equal basis, sufficient technical data must be included for the government?s evaluation and where the offered product meets the government?s specifications. Offerors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (FAR) Clause 52.212-1, Instructions to Offeror?Commercial Items. Offerors shall include a completed copy of provision FAR 52.212-3, Offeror Representations and Certification?Commercial Items and VAAR 852.219-70 Veteran-Owned Business. The full text of clauses identified herein may be accessed electronically at these addresses: http://www.arnet.gov/far/ and http://www.va.gov/oa&mm/vaar. The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions?Commercial Items; 52.211-6, Brand Name or Equal; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, applies to this acquisition. In addition, incorporated herein by reference are the following VA Acquisition Regulations (VAAR) clauses and provisions: 852.211-70 Service Data Manuals, 852.211-71, Guarantee, 852.211.77 Brand Name or Equal, 852.270-4 Commercial Advertising. No telephonic requests will be accepted. Only written questions can be sent to: Bay Pines VA Medical Center, Attn: Laurie Mahalla, Contracting Officer, A&MMS (90G), P.O. Box 457, Bay Pines, FL 33744, or email Laurie.Mahalla@med.va.gov. Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. Offerors are to be submitted in writing by February 15, 2005, 4:00 PM EST to the address above. Offers received after the exact specified date and time will not be considered. For questions, contact Laurie Mahalla at (727) 398-9523.
 
Web Link
RFQ 516-028-05
(http://www.bos.oamm.va.gov/solicitation?number=516-028-05)
 
Place of Performance
Address: Bay Pines, FL
Zip Code: 33744
Country: United States
 
Record
SN00743415-W 20050203/050201211833 (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.