Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2008 FBO #2371
SOLICITATION NOTICE

66 -- Instruments and Laboratory Equipment

Notice Date
5/22/2008
 
Notice Type
Presolicitation
 
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, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
RFQ8209
 
Point of Contact
Terry M Knight,, Phone: 301-402-6162, Linda C Taylor,, Phone: 301-402-5762
 
E-Mail Address
knightte@niaid.nih.gov, ltaylor@niaid.nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation Request for Quotes 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. This requirement is being issued as a Request for Quotes under RFQ8209. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-25). This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a Small Business Set-Aside. The National Institute of Allergy and Infectious Disease (NIAID) has a requirement to procure a complete bioreactor system suitable for culturing multiple cell lines including, but not limited to HEK293, CHO and SF9/SF21. The system will meet the following specifications: 1) System must include 2 complete bioreactors and one complete spare vessel/head plate with all necessary fittings, which are as follows: Harvest tube capable of draining 100% of the contents of the vessel, a minimum of two 19mm threaded ports, a minimum of six 12mm threaded ports, a minimum of four 4mm welded ports for attachment of silicone tubing, a minimum of one 10mm port for use with Pt-100 temperature sensor, and one water-cooled off-gas condenser. 2) Start-up kit should include all necessary hardware, software and misc. components for immediate, out-of-the-box operation, which includes: base units and vessels, three pH probes of appropriate size, one dissolved oxygen probe of appropriate size, and tubing and filters necessary to connect utilities to base units and/or bioreactor vessels. 3) Vessels must be autoclave-sterilizable rather than having a steam-in-place configuration. 4) Vessels should be sized such that working volumes ranging from approximately 0.5-1.5 L can be utilized. 5) Base unit must support multiple vessel sizes working with volumes ranging from approximately 0.5L-10L for future development and scale-up applications. 6) Compatible with IRIS (InforsHT) control and data-logging software for: data logging, trending and plotting culture data, and programmable control of process parameter for non-standard control schemes. 7) Base unit and vessel must have a minimal footprint not to exceed 18”x18”. 8) Culture vessel should use a magnetically coupled stirrer rather than a drive unit that utilizes a mechanical seal. 9) System must be self-contained or include a separate unit for heating the culture vessel. 10) System must be supplied with no less than four controllable process pumps per base unit. 11) System must include, per base unit, an air, nitrogen, oxygen and carbon dioxide mass-flow based gas mix for the control of dissolved oxygen concentration and pH. 12) The system should include and integrated analog control box, or similar feature, for 0-10V or 4-20mA inputs/outputs for integration of peripheral equipment. 13) Vendor provided installation and training should be included in the quoted price. The following evaluation criteria factors are being considered for this requirement: (1) price, (2) quality, (3) capability, (4) availability. The North American Industry Classification System (NAICS) Code for this acquisition is 334516, and the small-business size standard is 500 employees. This is a firm fixed-price contract and the FOB terms are “Destination” and Net 30. FAR provisions and clauses that apply to this acquisition: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212.5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders, Commercial Items; FAR 52.204-7, Central Contractor Registration; and FAR 32.703-2, Availability of Funds, FAR 52.232.34, Payment by Electronic Funds Transfer-Other than Center Contractor Registration. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201 (a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at www.ccr.gov/ 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. [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award.] All responsible sources may submit an offer that will be considered by the Agency. Offers must be submitted no later than 5:00 P.M. Eastern Daylight Time on Monday, June 9, 2008. For delivery of responses through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Room 2NE52E, MSC/2811, Bethesda, Maryland 20892-4812. E-mail and Fax submissions are not authorized. Request for information concerning this requirement are to be submitted in writing, and can be faxed to 301-480-8720, or e-mail to knightte@niaid.nih.gov. It is the vendor’s responsibility to confirm receipts of all quotations and/or questions by the closing date of this announcement by contacting Mr. Terry Knight at (301) 402-2282. Collect calls will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=09c0f236def1fdab8a5d5b27111d8532&tab=core&_cview=1)
 
Place of Performance
Address: National Institutes of Health, NIAID, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01579424-W 20080524/080522220906-09c0f236def1fdab8a5d5b27111d8532 (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.