Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
SOLICITATION NOTICE

66 -- HPLC spectrometer

Notice Date
8/17/2009
 
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
FDA-09-1058753
 
Point of Contact
Karen R. Petty, Phone: 301-827-8774
 
E-Mail Address
karen.petty@fda.hhs.gov
(karen.petty@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6. This announcement constitutes the only solicitation and a written solicitation will not be issued. This synopsis, NAICS code 334516, is to notify contractors that the Food and Drug Administration (FDA) is seeking competition of this requirement in accordance with FAR Part 13.106 for the following statement of work, under the simplified acquisition procedures. Under the simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-35. This synopsis is designated for full and open competition for a firm fixed-price purchase order. Prospective offerors are responsible for monitoring the FedBizOpps website for the release of any amendments to this solicitation. Hard copies will be provided to individuals eligible under the Americans with Disabilities Act and Rehabilitation Act upon request. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. The pump shall meet these technical specifications: •The instrument shall have a HPLC pump which has a settable flow range of 0.001 – 10 ml/min, in 0.001 ml/min increments. •The instrument shall have a hydraulic system comprising of:  two dual pistons in-series pumps with servo-controlled variable stroke drive, floating piston design and active inlet valves. HPLC Multiple Wavelength Detector specifications: The multiple wavelength detector shall meet these technical specifications: •The detector shall have a wavelength range must be at least 190-950 nm, settable in 1 nm increments •The detector shall have1024-element diode array optical bench. •The instrument detector shall have < ± 0.8 x 10-5 AU at 254 nm and at 750 nm (cell path length 10 mm signal response, set at a response time 2 s, at a flow 1 ml/min LC-grade with methanol, slit width 4 nm). •The instrument detector shall have signal drift that is equal or smaller than 0.9 x 10-3 AU/h. •The detector (wavelength bunching) shall be programmable from 2 to 400 nm, in steps of 1.0 nanometer. •The detector (slit width) shall be programmable to: 1, 2, 4, 8, 16 nanometers. •The detector shall have the listed flow cells for multiple scientific applications: •Standard 13-μL, 10-mm path length, 120 bar (1760 psi) •Semi-micro 5-μL, 6-mm path length, 120 bar (1760 psi) •Micro 2-μL, 3-mm path length, 120 bar (1760 psi) •Semi-nano 500-nL, 10-mm path length, 50 bar (733 psi) •Nano 80-nL, 6-mm path length, 50 bar •High pressure 1.7-μL, 6-mm path length, 400 bar •Preparative 3-mm path length, 120 bar (1760 psi) •Preparative 0.3-mm path length, 20 bar (294 psi) •Preparative 0.06-mm path length, 20 bar (294 psi) •There should be Radio Frequency Identification Tags for the detector flow cells and the detector UV lamp. HPLC Thermostated Column Module specifications: The thermostated column module shall meet these technical specifications: •The instrument shall have a column module that enables pre column heating and post column cooling with a temperature accuracy that is ± 0.8 °C or ± 0.5 °C with heat exchanger volumes of; (1) 3 µl left heat exchanger and (2) 6 µl right heat exchanger, which are independently programmable. •Shall offer a temperature range from 10 degrees below ambient to 80 °C •The temperature stability shall be ± 0.15 °C •The column compartment shall offer a capacity for up to three 30 centimeter columns •The Warm-up/cool-down time shall be within 5 minutes from ambient to 40 °C and 10°C from cool down •Shall offer an electronic column-identification module as standard for GLP documentation of column type, and major column parameters •Shall offer space for an optional column switching valve HPLC Autosampler: The autosampler module shall meet these technical specifications: •The instrument’s autosampler shall have a flow through design with variable injection volume. •The instrument’s autosampler shall have a sample capacity: 100 × 2 ml vials 40 × 2 ml vials 15 × 6 ml vials •The instrument’s autosampler shall have an injection volume range and capacity: 0.1–100 µl injection range, in 0.1 uL increments Up to 1500 µl with multiple-draw •The instrument’s autosampler shall be upgradable to: 0.1–900 µl injection range in 0.1 µl increments Up to 1800 µl with additional multiple-draw Up to 5000 µl with additional exchange of seat capillary •The instrument’s autosampler shall Precision: specification < 0.25% RSD from 5–100 µl, specification < 1% RSD from 1–5 µl, variable volume •The instrument’s autosampler shall have a safe leak handling system that is provided together with instrument leak sensors. HPLC Control Software: •The instrument modules shall communicate with each other through a CAN (computer area network) and the computer-independent control module and the computer-based control software has a context-sensitive information system about the detector to comply with the requirements for operator qualification. •The instrument’s software shall have the capability of electronic records of maintenance and errors. Installation: •The vendor shall offer on-site installation of the HPLC instrument and control software. EVALUATION AND AWARD: 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 purchase order to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," (2) Past performance and 3) Price. Technical Capability and past performance when combined are significantly more important than price. The FDA intends to make an award immediately after the response date of this notice. The award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures. CCR: Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information. All responsible sources that can provide and meet the above requirements, shall submit written quotation by the response date. QUESTIONS DUE: All questions must be received by email to: karen.petty@fda.hhs.gov, no later than 4:30pm, EST on or before August 19, 2009. QUOTATIONS DUE: All quotations must be received by email to: karen.petty@fda.hhs.gov, no later than 4:30pm, EST on or before August 24, 2009. Telephone calls will not be accepted. PROVISIONS and CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, and FAR 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-09-1058753/listing.html)
 
Place of Performance
Address: 10903 New Hampshire Ave, Silver Spring, Maryland, 20903, United States
Zip Code: 20903
 
Record
SN01915160-W 20090819/090818002430-95759c8009712b9cb003a5ce91cfda44 (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.