Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2010 FBO #3095
SOLICITATION NOTICE

66 -- Analytical Laboratory Instrument and Manufacturing

Notice Date
5/14/2010
 
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-(HG)-2010-173-DLM
 
Archive Date
6/3/2010
 
Point of Contact
Dorothy Maxwell, Phone: 301-435-0352
 
E-Mail Address
maxwelld@mail.nih.gov
(maxwelld@mail.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. The solicitation number is NHLBI-PB-(HG)-2010-173-DLM 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 2005-41 (5/13/2010). The North American Industry Classification (NAICS) Code is 334516 and the business size standard is 500 Employees. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. It is the intent of the National Institutes of Health (NIH) National Heart, Lung and Blood Institute (NHLBI) on behalf of the National Human Genome Research Institute (NHGRI), NIH Intramural Sequencing Center (NISC) to negotiate and award to Covaris, Inc., 14 Gill Street, Unit H, Woburn, Massachusetts 01801-1721 for a E210 High Performance Ultrasonicator. The NIH Intramural Sequencing Center (NISC) is in need of a computer-controlled, focused acoustic ultra-high throughput instrument to shear DNA samples efficiently, obtain high yields, higher reproducibility, ensure sample integrity and handle multiple samples at the same time which will reduce labor costs. The AFA (acoustic focused acoustic) produces controlled acoustic field inside a closed vessel to better control the processing of each sample and ensure uniform results. By focusing the energy to a small localized area, more energy is applied directly to the sample for greater efficiency and decreased processing time. DNA samples NISC (NIH Intramural Sequencing Center) obtains may be of small quantity and of human nature; therefore, it needs to be handled precisely without fault and no cross-contamination of other samples. Eventually the samples will be processed through a high-throughput sequencer. The E-210 model allows automated, batch processing of up to 96 samples, which is extremely important for applications such as multiplexed sequencing of small genomes (bacterial, virus, BACS, fosmid clones). The instrument will accommodate a range of sample volume and is very quiet and protective ear covering is not required. This instrument will be operated in a general lab space and individual tubes will be used for each sample so there is no risk of cross-contamination. Since some of the samples that NISC work with are very precious; minimal loss is key and a significant sample loss of 10% during process cannot happen. An integrated water bath insures a constant temperature to assure reproducibility and the highest sample integrity. The instrument will focus and control the ultrasonic energy to the localized area to provide consistent processing of the sample. The instrument will accommodate sample volumes from 0.2 ml up to 1 ml. and can process 1 – 96 samples (one at a time). • Able to shear DNA to sizes as small as 90 bases and as large as 5 kb. • Instrument will accommodate sample volumes from 0.2 ml up to 1 ml. • Instrument can process up to 96 samples one at a time. • Instrument is very quiet; protective ear covering is not required. It can be operated in a general lab space. • No risk of cross-contamination between samples. • Samples we work with are very precious; significant sample loss (>10%) during process cannot happen. • This instrument must return >95% of the sample. • Integrated water bath insures a constant temperature to assure reproducibility and highest sample integrity. Instrument Specifications • Batch or single sample processing – includes computer; • Ben-top: high intensity acoustic transducer, temperature monitoring device, circulation pump, and water bath with safety enclosure; • Dimensions: 24”Wx30”Dx19”H, Weight: 110 lbs, Power Requirements: 100 – 120V, and Regulatory Labeling: CE and ETL Mark. The Sole Source determination is based on the following: Covaris E210 instrument is a computer-controlled, focused acoustic ultra-high throughput instrument. The AFA (adaptive focused acoustic) produces a controlled acoustic field inside a closed vessel to better control the processing of each sample and ensure uniform results. By focusing the energy to a small localized area, more energy is applied directly to the sample for greater efficiency and decreased processing time. The process runs isothermally where other methods generate much energy as heat and may see sample degradation as well as shearing bias for DNA fragmenting applications. Covaris is the sole manufacturer of the E210 High Performance Ultrasonicator and is the sole distributor in the United States. There is no other company that has this type of equipment which focuses and controls the ultrasonic energy to the localized area to provide consistent processing of the sample and able to handle multiple samples (up to 96 samples) one at a time. No other company can provide equipment that can prevent cross-contamination or have minimum sample loss. 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. 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. 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, hourly rate, 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 five (5) calendar days from the publication date of this synopsis or by May 19, 2010, 7:30 a.m., Eastern Standard Time. The quotation must reference Solicitation number NHLBI-PB-(HG)-2010-173-DLM. Quotations must be submitted in writing to the National Heart, Lung, and Blood Institute, 6701 Rockledge Drive, Room 6149, Bethesda, Maryland 20892-7902, Attention: Dorothy Maxwell. Responses may be submitted electronically to maxwelld@mail.nih.gov. Responses will only be accepted if dated and signed by an authorized company representative.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB-(HG)-2010-173-DLM/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892-7902, United States
Zip Code: 20892-7902
 
Record
SN02150275-W 20100516/100514235232-fc535585ddf439852251e61af907c4d3 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.