Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2005 FBO #1371
SOLICITATION NOTICE

66 -- Fast Protein Liquid Chromatography System

Notice Date
8/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Research Contracts Br., 6120 Executive Blvd. EPS Suite 600, Rockville, MD, 20852
 
ZIP Code
20852
 
Solicitation Number
RFQ-NCI-50146-NE
 
Response Due
9/5/2005
 
Archive Date
9/20/2005
 
Description
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation, No. RFQ-NCI-50146-NE includes all applicable provisions and clauses in effect through FAR FAC 2005-05. This equipment herein is commercial as defined in FAR Part 2 and this acquisition is being made in accordance with FAR 12. The North American Industry Classification code is 334516, and the business size standard is 500 Employees. However, this solicitation is not set-aside for small business. Background: The Laboratory of Molecular Biology (LMB) of the National Cancer Institute (NCI) is currently using fast protein liquid chromatography (FPLC) to purify proteins in its Immunotoxin and Gene Discovery programs. LMB seeks to purchase a system that will mimic the same operational parameters as the existing equipment in the laboratory to ensure a transparent transition of daily operations. Requirement: The Fast Protein Liquid Chromatography (FPLC) system shall have flow rates of 0.01 to 20 mL/min at pressures up to 5 MPa. The system must be equipped with a system pump, a mixer for precision gradient formation, an injection valve, UV/pH/conductivity monitor with fixed wavelength detection, a Fraction collector for collecting up 120 samples in 16 mm tubes and 8 samples in 30 mm tubes, a UNICORN software package, system start-up, and two (2) 25MPA valves. The system shall be able to purify biomolecules from complex starting materials derived from cell culture supematants, and recombinant protein expression systems; to perform separations based on a variety of sample characteristics, such as molecular weight, net surface charge, and hydrophobicity, while retaining biological activity; to automate the running of large, open columns on the system, as well as a variety of gel filtration media. The system shall have a flow rate range of .05-20mls/min at pressures ranging from 0-700 psi. The resolution required may necessitate the use of very precise, shallow gradients, the system shall be a two-pump gradient system, with dynamic mixing, as evidence suggests that this configuration produces the highest accuracy and precision in gradient formation. The wetted flow path of the system shall be inert to halides due to the LMB using salt buffers. The system shall allow operation of the system at zero backpressure to ensure system compatibility with standard low pressure chromatography supports often used in affinity chromatography and other techniques. The system software must allow automation programs to be time-based, volume-based, or column-volume based. The system shall have the ability to operate in a cold room at 4 degrees C, while being controlled at ambient temperatures outside the cold room. The system shall include a fraction collector which is fully integrated into the system and fully controllable via the system control software. The fraction collector shall be able to collect into a variety of different containers such as 30mm, 18mm, 12mm tubes as well as microcentrifuge tubes and multi-well plates. The fraction collector shall have an accumulator which will retain precious sample between tube changes. The system shall have 2 PV-908 valves to facilitate cleaning, storage, selection of our various chromatographic columns, and further automation. The system shall have the ability to be sanitized without removing columns and possibly introducing air into the system. The motorized valves should provide feedback to the control system to ensure proper orientation of all valves, and documentation of valve positions at all times. The valves shall be driven electronically and require no external air or pressure to operate. The system software shall allow the user to be entering details of the next purification at the same time the current separation is being done, or to simultaneously be integrating and evaluating the results of earlier runs. The system software shall have the ability to control up to nine motorized valves, chart recorder, fraction collector, dynamic gradient mixer, air sensors, and three pumps. The pumps, UV and conductivity monitors, valves and fraction collector shall all be specified for use in a cold room at 4 degrees C as well as room temperature. The software shall accept input signals (e.g. UV wavelength, conductivity, pH, temperature, pressure, flow, Analog signals). Software shall be capable of plotting, and integrating these signals, as well as using them to trigger sub-routines in the programming when the signal exceeds a preset threshold to allow the automation of multi-dimensional separations. The system shall include one automatic three-position injection valve (load, inject, and was positions), which shall allow for sample loading onto the column. The system software shall allow for automation of the optimization of separation parameters (e.g. sample volume, flow rate, gradient slope). This automation shall allow a small amount of sample to be consumed in optimizing the purification scheme, after which the best regime can be scaled upon the same LC system. Column equilibration before and after sample injection and elution shall be capable of being monitored, with a feed-back loop to the control system, so LMB can be certain equilibration is completed, without consuming excess volume of sometimes expensive buffers. The system shall be delivered inside building 37, room 5117B and installed, as well as basic training on the system for up to 6 users, adequate to insure that members of LMB will be able to use the system independently. The Chromatography system shall be delivered FOB destination to the The Laboratory of Molecular Biology (LMB) of the National Cancer Institute (NCI) in Bethesda, Maryland and be up and running with ALL specified performance features intact and installed no later than 30 days after receipt of order. Offerors must provide descriptive literature, or other materials that demonstrate that their offer meets the foregoing requirements. The contract will be awarded to the responsible offeror with the lowest price offer that fully meets the requirements of the solicitation. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS FOR SIMPLIFIED ACQUISITION; FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEM ? WITH DUNS NUMBER ADDENDUM; FAR 52.212-4, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES, OR EXECUTIVE ORDERS-COMMERCIAL ITEMS-FOR SIMPLIFIED ACQUISITION. The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; FAR 52.222-26; EQUAL OPPORTUNITY; FAR 52.222.35, AFFIRMATIVE ACTION FOR DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA; FAR 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; FAR 52.222-37, EMPLOYMENT REPORTS ON DISABLED VETERANS AND VETERANS OF VIETNAM ERA; FAR 52.225-3, BUY AMERICAN ACT SUPPLIES; AND 52.232-34, PAYMENT BY ELECTRONIC FUNDS TRANSFER-OTHER THAN CENTRAL CONTRACTING REGISTRATIONS. Full text copies of the FAR Terms and Conditions and other cited provisions may be obtained on line at the NCI website at http://amb.nci.nih.gov or from Karen Gardner, Contract Specialist at gardnerka@mail.nih.gov or (301) 402-4509. Please note: All contractors must be registered in the Online Representations and Certifications Applications (ORCA) in order to receive an award. Please refer to http://orca.bpn.gov in order to register. In addition, contractors must be registered in the Central Contractor Registration (CCR) www.ccr.gov. Offers are due September 5, 2005 at 1:00 p.m. EDT. Facsimile and email submission are NOT authorized. Offers must be in writing and should be submitted as follows: (1) one original and one copy of a completed SF 1449, signed by an individual authorized to bind the organization; (2) one original and one copy of the technical proposal; (3) copy of the contractor ORCA validation/registration; (4) acknowledgment of amendments, if any. Offers and related materials must be submitted in writing to Karen Gardner at the listed address. Offers that fail to furnish the required information or reject the terms and conditions or statement of work of the solicitation may be excluded from consideration. Please cite the solicitation number RFQ-NCI-50146-NE on your offer. Any questions must be submitted in writing and may be e-mailed to gardnerka@mail.nih.gov or faxed to 301-402-4513. It is the vendor?s responsibility to call 301-402-4509 to insure questions have been received.
 
Place of Performance
Address: Bethesda, MD
Zip Code: 20892
Country: USA
 
Record
SN00880356-W 20050828/050826211929 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.