Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2009 FBO #2835
MODIFICATION

66 -- GC-MS Automated Sample Injector

Notice Date
8/27/2009
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
 
ZIP Code
72079-9502
 
Solicitation Number
1061008
 
Archive Date
9/19/2009
 
Point of Contact
Karen J. Moore, Phone: (870) 543-7479
 
E-Mail Address
karen.moore@fda.hhs.gov
(karen.moore@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/soliciatation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) format in Subpart 12.6, as supplimented with additional information included in this notice. This announcement constitutes the only soliciatation; proposals are being requested and a written solicitation will not be issued. This requirement is being issued in conjunction with FAR part 13 Simpliefied Acquisition Procedures, as applicable. The solicitation number is 1061008. This solicitation is issued as a Request for Qoute (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36. The associated North American Industrial Classification System (NAICS) Code is 334516-Analytical Laboratory Instrument Manufacturing. Small Business Size Standard is 500 employees. The Food and Drug administration is soliciting for a contractor to provide a GC/MSC Auto Injector: Technical for GC/MSD Combination Auto-injector System: Auto-injector must be capable of automated static headspace, Solid Phase Micro Extraction (SPME), and liquid injection all in one instrument. System must be compatible with the Agilent 7890GC/Agilent 5975 MSD System. Due to physical restraints, system must be top mounted to the instrument – must not alter the base footprint of the GS-MSD system. Liquid injector must have variable speed injection from 0.02 microliters/sec up to 200 microliters/sec.. For high sample throughput, the liquid sample capacity must be able to hold up to 294 standard GC vials (mL). Headspace option must be capable of preconditioning 6 samples at a time. Headspace syringe must be gas tight and heated independently. Incubator oven must be able to accommodate 2mL, 10mL and 20mL vials. System must be able to run on 120VAC -60Hz. SPME auto-injector must be able to be programmed to variable depth for both headspace extraction and extraction from liquids. System must be able to load up to 294 vials for SPME (standard 2mL vials). SPME must be capable of shaking. Responses to this solicitation shall include both technical and cost information. The Government reserves the right to award without discussion. The quote shall include all specifications, descriptive material, literature, brochures and other information; the government is not responsible for locating or securing any information not included with the offerors quote. Offerors must include a complete copy of the provisions at FAR 52.212-3. Offeror Representations and Certifications – Commercial Items with its offer. Offerors must also be registered in CCR, they may do so at the CCR web site http://www.ccr.gov 52.203-6 (Sept 2006) Restrictions on Subcontractor Sales to the Government 52.212-1 (JUNE 2008) Instructions to Offerors – Commercial 52.212-2 (JUNE 2008) evaluation – Commercial Items – (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous cost wise to the Government. 52.212-3 (AUG 2009) Offeror Representations and Certification – Commercial Items (Offerors must include a completed copy of 52.212-3 with their offer). The full text of this clause can be located at www.arnet.gov/FAR 52.212-4 (MAR 2009) Contract Terms and Conditions Commercial Items 52.212-5 (JUNE 2008) Contract Terms and Conditions Required to Implement Status or Executive Order – commercial Item. (The following Clauses are applicable to this requirement: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-37, 52.222.50, 52.225-1, 52.225-3, 52.225.4, 52.225.30 and 52.232-33 52.215-5 (OCT 1997) Facsimile Quotations 52.204-7(APR 2008) Central Contractor Registration 52.219-4 (JULY 2005) Notice of Price Evaluation for HubZone Small Business Concerns 52.219-8 (MAY 2004) Utilization of Small Business Concern
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1061008/listing.html)
 
Place of Performance
Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN01929832-W 20090829/090828082450-8626667f3957240c70ef94f9c05e0344 (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.