Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2006 FBO #1564
SOLICITATION NOTICE

66 -- HPLC System

Notice Date
3/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, IL, 61604
 
ZIP Code
61604
 
Solicitation Number
5114-6-0003
 
Response Due
3/22/2006
 
Archive Date
4/22/2006
 
Description
This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. Solicitation No. 5114-6-0003 is being issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. The NAICS code applicable to this acquisition is 339111. For a company to qualify as a small business, the small business standard is 500 employees. The USDA, ARS, MWA, Great Lakes Water Institute, Milwaukee, WI 53204, has a requirement/need for fully-integrated, PC-controlled, HPLC System. The HPLC system will be used for purification of polypeptide hormones from endocrine glands and tissues. Most work will involve reverse phase separation of pituitary hormone (18-24 kDa in size) isolates from size-exclusion chromatography. Peptide (2-10 kDa in size) hormones from non-endocrine tissues will also be isolated as well as steroids in environmental samples. Listed are the items and quantities required: CLIN 01 - Modular analytical gradient pumping system with self-contained touch pad controls and active pump seal washing (1 unit). CLIN 02 - Degassing unit (1 unit). CLIN 03 - Solvent rack (holds 4 bottles). CLIN 04 - Thermostated (peltier control) column compartment with column id (1 unit). CLIN 05 - Photodiode array detector (1 unit). CLIN 06 - Fraction collector (1 unit). CLIN 07 - Software and PC for equipment control and sample analysis (1 unit). CLIN 08 - Manual injection valve and sample loop (1 unit). THE SALIENT CHARACTERISTICS: the HPLC System must meet or exceed these minimum requirements: (1) HPLC Pump: Minimum flow rate range of 0.01 - 5 mL/min and 4-way solvent selection/mixing. Power is 120 V. A binary pump is desirable, but if the vendor has a quaternary pump with comparable performance, this will be considered. (2) Degassing unit (minimum of 4 channels), either modular or integrated with the HPLC pump. Power is 120 V. (3) Thermostated column compartment with column ID and peltier control. Power is 120 V. (4) Photodiode array detector with a minimum spectral range of 190 nm-800 nm. Power is 120 V. (5) Fraction collector with full PC/software control for multiple collection modes such as time, wave-length and peak identification. Power is 120 V. (6) Software: should be capable of sample analyses and for control of all components with 3-D capabilities for determination of peak quality and expandability to control/monitor other units and equipment (e.g., Mass spectrometer). Software should be PC & Windows compatible. (7) Full system should have compatible components, completely integrated and fully functional, for manual injection, after set-up/installation. (8) Training. (9) Installation. DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the Descriptive Literature describing their proposed equipment in enough detail to ascertain whether the equipment meets the criteria listed above. REJECTION OF QUOTE: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.arnet.gov/far/loadmainre.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 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 (Provide with Quote); FAR 52.214-21, Descriptive Literature (Provide with Quote); FAR 52.204-7, Central Contractor Registration (All Offerors must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. The website address for registration is: http://www.ccr.gov); and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, 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 apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.ARNet.gov/far/. SHIPPING: FOB Destination. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, and unit price per CLIN and total price; 2) descriptive literature, brochures; 3) at least 3 to 5 references for the proposed equipment. References must have received the proposed equipment within the last three (3) calendar years (Government references preferred but will accept commercial references). References shall be provided for the product proposed and if possible include the email address of the person to be contacted; and 4) Offerors shall include a completed copy of the provisions FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.acqnet.gov/far/loadmainre. DELIVERY TO: USDA-ARS, Milwaukee, WI. QUOTE PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery on or before 90 days after award, however, each offeror shall include their proposed delivery schedule as part of their quote. FAR 52.212.-2 EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. EVALUATION & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. Each Quote shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated against the salient characteristics and minimum requirements. B) Delivery. C) Installation. D) Training. E) Warranty. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Government's right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.eps.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Quotes to Georgetta Stonewall, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., March 22, 2005. Quotes and other requested documents may be provided by facsimile to (309) 681-6683 if desired. Additional information may be obtained by contacting the Contracting Officer at (309) 681-6624 or email below.
 
Place of Performance
Address: USDA, ARS, Great Lakes Water Institute, 600 East Greenfield Avenue, Milwaukee, WI
Zip Code: 53204
Country: USA
 
Record
SN01001213-W 20060309/060307211750 (fbodaily.com)
 
Source
FedBizOpps 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.