Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
SOLICITATION NOTICE

66 -- Instrument Laboratory

Notice Date
9/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NOI7151
 
Response Due
9/24/2007
 
Archive Date
10/9/2007
 
Description
This is a combine synopsis solicitation/Notice of Intent for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this FAR notice. This announcement constitutes the only solicitation; quotes are not being requested and a written solicitation will not be issued. This requirement is being issued as a sole source Notice of Intent under NOI7151. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-19. This acquisition will be processed under Simplified Acquisition Procedures (SAP) The North American Industry Classification System (NAICS) code for this acquisition is 334516 and the Small Business Size standard is 500 employees. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement to procure a Mosquito Automated Position Displacement Crystallography Robot. Manufactured by TTP Lab Tech Ltd. NIAID requires an automated crystallization screening that offers fixed head dispensers and disposable tips. Each pipette must be capable of dispensing between 50 nanoliter and 1.2 microliter volume per drop. An instrument with positive displacement methodology that can be formatted for either 96-well or 384-well plates. To minimize variability of evaporation, the time of sample delivery is crucial, and we require 384-well plate distribution in 3 1/2 minutes and 96-well plate distribution in under 2 minutes. This system specifications: Dimensions: 400mm(15inches) x 650mm(25.5inches)x500mm(19inches); weight: 27kg(59sbs); services 110V220V single phase 50/60Hz; Supplies: single reel of standard pipette tape carrying 36,000/26,000 tips (dependent on pipette pitch); Plate Capacity: 2 or 5 SBS-format plates; Pipette Pitch: 4.5mm or 9mm; Tip Reach: 13mm; Dispense Range: minimum 50nL- maximum 1200nL; Throughput: 384-well plate-to-plate copy in under 31/2 minutes, 96-well plate-to-plate copy in under 2 minutes; Interfaces: Network and PC control for extemal robotics. Description: 2-position deck mosquito for crystallography, Includes; 1 pipette loader, power cable, calibration block, 1 plate-seal holder, 1 guide bock, 1 spool 4150-03020 non-sterile pipettes, 1 pack 5ul micro-reservoirs strips, 1 pack 2ul micro-reservoir strips, 1 pack ViewDrop plate-seals, 4 position ultra low reagent holder. Varies: Mosquito software license & comms installed in PC controller. NPN: Warranty; NPN user training for up to 4 people on installation (0.5 day). The FOB Point shall be Destination Rockville MD, 20814. This will be a firm-fixed price contract. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.225-1 Buy American Act; FAR 52.212-1 Instructions to Offerors Commercial Items; Far 52.212-3 Offeror Representation and Certifications Commercial Items; FAR 52.212-4 Contact Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items; FAR 52.212-2 Evaluation Commercial Item; and FAR 52.406-7 Central Contractor Registration (2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included which can be found at online Representations and Certifications Application (ORCA) https;//orca.bpn.gov. (B) (1) By submission of an offer, the Offeror acknowledges the requirement that a prospective awardees shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement , basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. The CCR website is http://www/cc/dllis.dlaimil. Copies of the aforementioned clauses are available upon request by telephone to Diane Jeffers at (301) 402-2282. All responsible sources may submit offers that will be considered by this agency. Offers must be submitted no later than 5:00 P.M Daylight Saving Time (DST), September 24, 2007. For Delivery though the U.S Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE52D, Bethesda, MD 20817-4811. Requests for information concerning this requirement are to be addressed to Diane Jeffers at 301-402-2282. Collect calls will not be accepted.
 
Place of Performance
Address: National Institutes of Health, NIAID, Bethesda, MD
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01406970-W 20070916/070915193418 (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  © 1994-2020, Loren Data Corp.