Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2011 FBO #3585
SOLICITATION NOTICE

66 -- Protein Purification System

Notice Date
9/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
National Institutes of HealthNational Library of Medicine6707 Democracy Blvd.Suite 700WBethesdaMD20892-7511
 
ZIP Code
20892-7511
 
Solicitation Number
NIHLM2011210
 
Response Due
9/23/2011
 
Archive Date
10/23/2011
 
Point of Contact
OWENS-COBBLAH, SONYA +1 301 594 4666, owenscobblahs@mail.nih.gov
 
E-Mail Address
OWENS-COBBLAH, SONYA
(owenscobblahs@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. This solicitation number is NIHLM2011210 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 2005-43. The North American Industry Classification (NAICS) Code is 334516 and the business size standard is 500 employees. This solicitation is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Library of Medicine (NLM), on behalf of the National Institute of Diabetes and Digestive Diseases (NIDDK) intends to procure a protein purifier. The purifier will be incorporate with existing protein purification instrumentation in the Biotechnology Lab pilot plant. The Protein Purifier shall offer: We require the ability to purify biomolecules from complex starting materials Flow rate range of.001-10 mls/min at pressures ranging from 0-3625 psi. System must have option of adding alternate pump heads to increase flow rate range to 0.01- 100ml/min. and 1450 psi. pressure. The system must be a two-pump gradient system, with dynamic mixing. The system must come supplied with both a 0.6 ml and a 2.0 ml interchangeable mixing chambers for gradients at higher flow rates. The entire wetted flow path of the system must be inert to halides; therefore the pump heads must be titanium with valves and tubing PEEK. The system pumps should allow operation of the system at zero backpressure to ensure system compatibility with standard low-pressure chromatography supports The controller must allow programs to be time-based, volume-based, or column-volume based.The system should include the option of integrating an already available fraction collector XY type with the capacity of 120 X 16mm tubes and 8 X 30mm tubes. The system should include 4 (four) motorized valves for sample injection, column selection, and outlet flow selection, with an option to add 5 more motorized valves for a total of 9 (nine). These motorized valves should provide feedback to the control system to ensure proper orientation of all valves, and documentation of valve positions at all times. These valves should be driven electronically and require no external air or pressure to operate. The system controller should allow the user to entering details of the next purification at the same time the current separation is being done, or to simultaneously integrating and evaluating results of earlier runs. The software should allow complete manual control of all parameters and running conditions while running a method.Control of motorized valves, fraction collector, dynamic gradient mixer, and auto sampler must all be possible from the system controller. The pumps, UV, pH and conductivity monitors, valves and fraction collector must all be specified for use in a cold room at 4 degrees C. The controller must should be able to accept 7 input signals (e.g. UV wavelength, conductivity, pH, temperature, pressure), and to plot, and integrate these signals, as well as using them to trigger sub-routines in the programming when the signal exceeds a preset threshold, to allow the automation of multi-dimensional separations.The system should include one automatic three-position injection valve (load, inject, and wash positions), which will allow for sample loading onto the column, and 2 switch valves to allow automatic buffer blending. The system controller should allow optimization of separation parameters (e.g. sample volume, flow rate, gradient slope) by using small amount of sample to be consumed in optimizing the purification scheme, after which the best regime can be scaled up on the same LC system. The system must include a sample pump to automatically load up to 8 samples with the sample selection valve. Column equilibration before and after sample injection and elution, should be monitored with a feedback loop to ensure that the equilibration is completed. Documentation of each run should be automatic and exhaustive for the purpose of preparation of clinical grade material. Access to the controller must be by user name with password and level of access by each user must be definable by administrator. Post-run chromatographic analysis and reporting functions should also be included.The system should have a definable pressure limit system that will stop the pump and generate an audible and visual warning in the event the pressure exceeds the preset limit. We also require that the controller allow the user the option of including in his/her chromatographic methods programs, commands which will automatically reduce the flow rate if an over-pressurization occurs as sample is being applied or eluted from the column. Additional variables which should also be programmable to trigger sub-routines (e.g. new tube on fraction collector; valve changes; etc.) should include UV or conductivity signals. The controller should be able to turn off the pump flow when a signal is received from the fraction collector. The system must automatically and continuously be able to record throughout each chromatographic run the following parameters: flow rate; 3 auto-scaled UV signals; actual AND programmed conductivity of the eluent; eluent pH; system pressure; accumulated time of run; valve positions, activity of a fraction collector. It should allow for post-run analysis of chromatograms, export of data to other spreadsheet programs, and generation of written reports. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: The offeror must include a completed copy of the following provisions: FAR Clause 52.212-1 Instructions to Offerors Commercial; As stated in FAR Clause 52.212-2 (a), FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. 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, Price, and Past Performance. Vendors must submit a listing of the most recent contracts/awards (minimum of 3) in which similar apparatus or equipment was purchased. Contracts/awards may include those entered within the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract:1.Name of Contracting Organization,2.Contract Number (for subcontracts provide the prime contract number and the subcontract number,3.Contract Type,4.Total Contract Value, 5.Description of Requirement to include Statement of Work,6.Contracting Officers Name and Telephone Number, and7.Program Managers Name and Telephone Number.* If past performance questionnaire is available, please submit. This notice of intent is not a request for competitive quotations however; all responses received within 15 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. 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 seven (7) days from the publication date of this synopsis on September 23, 2011 by 4:30 p.m., ET. The quotation must reference Solicitation number NIHLM2011210. 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 Library of Medicine, NIDDK Acquisitions Office, 6707 Democracy Blvd., Room 770B, Bethesda, Maryland 20817, Attention: Sonya Owens-Cobblah. Faxed copies will not be accepted. The National Library of Medicine requests the procurement of the professional services contract to provide service and maintenance. Vendors may identify in writing their interest and capability in response to this requirement or submit a proposal. This notice of intent is not a request for competitive proposals. However, all responses received before the closing date of this announcement will be considered by the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a quotation which, if timely received, shall be considered by the agency. The contract vehicle is a Firm Fixed price contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIHL/NIHLM2011210/listing.html)
 
Record
SN02579944-W 20110918/110916235621-ef4bd3cb3b3dd87d5693c9ed004dfe9e (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.