Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2009 FBO #2746
SOLICITATION NOTICE

66 -- Laboratory Equipment & Maintenance Agreement

Notice Date
6/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA1058453
 
Archive Date
7/1/2009
 
Point of Contact
David - Kordel,
 
E-Mail Address
david.kordel@fda.hhs.gov
(david.kordel@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Classification Code: 66 Subject: Laboratory Equipment & service agreement Solicitation Number: FDA1058453 Response Date: 16 June 2009 DESCRIPTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES 13.5. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-32. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 for 100% small business set-aside. The FDA intends to issue a firm fixed-price purchase order for, brand-name or equal for the following laboratory equipment: CLIN0001TPS-110 TRIBUTE™ - Automated 2 Channel, Solid-Phase, Bio-Organic Synthesizer (110 VAC, 50/60 Hz), with Semi-automated cleavage. Complete with embedded computer, TRIBUTE™ software, color flat Touch screen monitor and cables, PTI_PREDICT Software, safety shield, 20 Liter single waste container, safety-coated solvent bottles (3 x 1L, 2 x 4L), 12 collect tubes, standard one year warranty, and on-site installation and training. System comes with a one-year manufacturer’s warranty known here as “base year”. Catalog #TPS-110, one (1) ea. CLIN0002Tribute start-up kit, complete with 98 pre-filled AA bottles with activator (all 20 natural amino acids in 0.5mmol, 1.5 mmol and 2.5mmol scales and test peptide AA) Reaction Vessels (Prelude 10 ml disposable reaction vessels, 30 pack, 40 ml RV’s 2 pack), Fmoc-L-Gly Wang Resin (0.1mmol scale), Rink Amide Resin (0.1mmol scale), Deprotectant (0.9L), and Base (0.9L). Catalog #TPS-STARTKIT, one (1) ea. CLIN0003Prelude/Tribute Reaction Vessel Preparation Station, 10ml and 40ml sizes. Catalog #PPS-RV-PREPSTAT, one (1) ea. CLIN0004User Workstation Utility (Allows user access to print formatted reports, Setup Programs and Sequences remotely and import via USB to Tribute™ on their PC). Catalog #TPS-USR-WRK-UTL, one (1) ea. CLIN0005Cleave/Collect Assembly (Includes 12 collect tubes). Catalog #TPS-CLV-OPT, one (1) ea. CLIN0006Option year 1, service and maintenance agreement CLIN0007Option year 2, service and maintenance agreement Minimum Specifications: • Supports Fmoc, t-Boc, Organic, Peptoid, combinatorial and other chemistries • At least 100 Amino Acid positions • At least 100 unattended amino acid coupling reactions, essential for synthesis of long peptides • Large synthetic scale range of 2 µmol to 5 mmol • Top-down and/or bottom-up solvent delivery and washing • Automated cycle dependent volume adjustment • Flexible solvent and reagent delivery for special chemistries • Nitrogen bubbling and/or adjustable vortex mixing • On board fully automated and programmable cleavage ability • At least two independent reaction vessels for simultaneous synthesis of different peptides • On board diagnostic and error reporting and error response • Software to calculate the coupling difficulty for custom peptide sequences • Real time log reporting of instrument functions QUESTIONS DEADLINE: all questions must be received by email (david.kordel@fda.hhs.gov) before 4:30 pm (1630) EST on 8 June 2009. Delivery terms shall be FOB Destination. FOB Destination means the contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government may award this contract to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor described to "Meet or Exceed the Requirement," and 2) Price. Technical Capability is significantly more important than price. The Government will evaluate offers for award purposes by adding the base price plus all options to arrive to the total price for the requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise an option line item. Evaluation of Technical Capability shall be based on the requirements provided in the quotation. Offerors shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. FAR provisions can be found on the following website: http://www.arnet.gov. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.225-2 Buy American Certificate; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.225-1, Buy American Act--Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration. This is a Combined Synopsis/Solicitation for laboratory equipment and service maintenance as defined herein. The Government intends to award a Firm Fixed-Price Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. Additionally, all quotes shall include price (s); FOB point; a poc (name and telephone number); a statement from the offeror verifying that they are CCR Registered under NAICS code 334516; delivery date (delivery date is of the utmost importance); business size; and payment terms. Delivery shall be to FDA, Cincinnati, OH 45237. FDA intends to make an award soon after the response date of this notice and all bids must be submitted via email and be received by 4:30 PM (1630) EST on 16 June 2009 to the attention of David Kordel, david.kordel@fda.hhs.gov. Offerors shall ensure the RFQ number is visible in the header of the email. FAX QUOTES SHALL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA1058453/listing.html)
 
Record
SN01832428-W 20090603/090601234946-c98479d19040eebee67fc34c50b4e67b (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.