Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2010 FBO #3053
SOLICITATION NOTICE

66 -- MALDI TOF/TOF System

Notice Date
4/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PB-(HL)-2010-113-DDC
 
Archive Date
4/26/2010
 
Point of Contact
Deborah - Coulter, Phone: (301) 435-0368
 
E-Mail Address
dc143b@nih.gov
(dc143b@nih.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 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NHLBI-PB-(HL)-2010-113-DDC and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-38 (12/10/2009). The North American Industry Classification (NAICS) Code is 334516 and the business size standard is 500. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. However, this solicitation is not set aside for small business. It is the intent of the National Institutes of Health (NIH) National Heart, Lung and Blood Institute to procure the following from Applied BioSystem, 850 Lincoln Centre Drive, Foster City, CA 94404. Part Number, 1029417, OPT TEMPO LC MALDI SPOTTING System; high performance LC MALDI spotting system for robust contact-free electrostatic MALDI deposition of fast chromatographic separations for peptide separation and metabolite identification. System will include Electrostatic spotting stage with 8-plate capacity for Opti-TOF(tm) 123x81mm (3x5) inserts for 4800 MALDI TOF/TOF9(tm), Analyzer, or with 16-plate capacity for Opti-TOF(tm) 44 mm inserts for 4700 Proteomics Analyzer or for QSTARŪ Elite with oMALDI(tm) source. A three-channel micro-LC pump system with gradient flow range from 100 nl/min to 3 uL/min and post-column addition of MALDI matrix solution (at up to 15 ul/min). Operation requires connection to a source of 100 psi (6.9 bar) regulated clean, dry air or nitrogen. Autosampler with 4 microtiter/54x2mil vial / deepwell plate capacity. The sole source determination is based on the need to purchase a system that offers software compatible with the 5800 MALDI TOF/TOF which is manufacture by Applied BioSystem. To ensure smooth operation of both essential parts of the workflow, the Government intends to upgrade the existent Applied Biosystems 4700 MALDI TOF/TOF. The new 5800 has a number of advantages, for example the system offers ten times faster laser which enables the Government to acquired more spectra and get more peptide identifications from a single spot. Another application is iTRAQ analysis which will allow the lab to use the new 5800 as a complementary tool to the existent Orbitrap workflow. By combining the two, the lab can get a better coverage and in the case of iTRAQ, more statistical data measurements and tighter protein ratios. The system will be used to share the workload with the existing instruments to reduce the backlog of projects, provide functional redundancy for the current instruments and increase the sensitivity and mass accuracy of the resulting data. A market research was conducted and there were no small businesses able to provide the Applied Biosystem instrument. The Government=s anticipated delivery date is 90 days after receipt of purchase order. FAR Provisions apply to this acquisition are:1) FAR Clause 52.212-1 Instructions to Offerors Commercial Items (JUN 2008) 2) As stated in FAR Clause 52.212-2 (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 to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Evaluation and Price. Commercial Items; 3) FAR Clause 52.212-4, (SEPT 2009) Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and 4) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. Only one responsible source and no other supplies or services will satisfy agency requirement. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive quotations however; all responses received within ten days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. Note: In order to receive an award from the NHLBI contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due ten calendar days from the publication date of this synopsis or by April 11, 2010, 7:30am Eastern Standard Time. The quotation must reference Solicitation number NHLBI-PB-(HL)-2010-113-DDC. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Heart, Lung and Blood Institute 6701 Rockledge Blvd., Room Suite 6100, Bethesda, Maryland 20892, Attention: Deborah Coulter. coulterd@nhlbi.nih.gov. Faxed copies are not accepted. Emails are accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB-(HL)-2010-113-DDC/listing.html)
 
Place of Performance
Address: NIH, BETHEDA, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02112177-W 20100404/100403000110-2899312f88895bf1091e41980ad11f6a (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.