Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
SOLICITATION NOTICE

65 -- Three-angle light scattering detector with 60mW laser power

Notice Date
8/8/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02RC72616-36
 
Archive Date
8/29/2017
 
Point of Contact
David H. Romley, Phone: 2402767822
 
E-Mail Address
david.romley@nih.gov
(david.romley@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Title: Three-angle light scattering detector with 60mW laser power Document Type: Combined Synopsis / Solicitation Notice Solicitation Number: N02RC72616-36 Proposed Posted Date: 8/9/2017 Proposed Response Date: 8/14/2017 Classification Code: 65 - Medical, Dental & Veterinary Equipment & Supplies NAICS Code: 339112 - Surgical and Medical Instrument Manufacturing Business Size Standard: 1000 Employees Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E232 Bethesda, MD 20892, UNITED STATES The National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Metabolism, Chemistry Section would like to analyze various biochemical and cellular events that govern the processes of centriole duplication, a tightly controlled process which occurs only once per cell division. The Laboratory of Metabolism plans to further investigate how the proteins regulating the function of centrosomes are dynamically assembled and organized during the processes of cell division and proliferation. Understanding these processes will be one of the key events that may help better understand how deregulation of some of these processes lead to improper chromosomal segregation and aneuploidy, the hallmark of cancer. This will be important to fulfill the mission of the NCI in reducing suffering and death from cancer and to steer a drug discovery program. Investigating the characteristics of important regulatory molecules often shed new lights into the mechanisms of how certain intracellular processes are precisely regulated. To gain sufficient knowledge in this event, a system that can be used to determine biophysical properties of a given protein is necessary. Specifically, we have been focusing on understanding the biochemical and biophysical nature of large coiled-coil proteins that constitute human centrosomes. These proteins have an unusual character of assembling into a higher molecular weight complex, thus making it difficult to precisely determine each individual protein's structural and functional states. In addition, since the proteins are expressed in bacteria and purified using GE's AKTA-Pure purification system, the instrument should be compatible with the AKTA-Pure system. The following product features/characteristics are required to meet this goal: • Needs fused silica flow cell • Should work with standard wavelength, such as 658 nm • Should be operable with our GE AKTA Pure system currently being used in the lab This is a combined synopsis/solicitation for commercial items, prepared in accordance with 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: N02RC72616-36 includes all applicable provisions and clauses in effect through FAR FAC 2005-88 (May 2016) simplified procedures for commercial items. The North American Industry Classification System code is 339112 and the business size standard is 1000 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. I. Description of Requirement The contractor shall provide 60mW laser power detector with the following features: 1. MALS Detector 1) Must have the capacity to carry out static light scattering measurements at 3 or more angular locations, simultaneously. This is critical to quantify molar mass of macromolecules in solution from 200 Da to 10 MDa and rms radius from 10 nm to 150 nm. 2) Must have the capacity to be upgraded with a Dynamic Light Scattering detection module (DLS is also known as QELS or PCS). 3) Must be equipped with rear laser and forward laser monitors that measure the intensity of the laser beam prior to entering the flow cell and light transmitted through the flow cell. 4) Must be equipped with a forward laser monitor to measure the intensity of light transmitted through the flow cell. This will allow users to correct the scattering signal for absorbance of the laser beam by the sample as well as diagnose the presence of bubbles or large contaminants in the flow cell. 5) Must provide a means of removing particles adhering to the MALS flow cell interior surfaces so as to minimize detector noise due to light scattering from these particles, and to prolong time between manual maintenance. 6) The detector and software must provide a means of accepting external signals from a GPC, FPLC, or HPLC system in order to utilize auto inject triggers and UV analog signals. 7) The instrument and software must have been validated through citation in at least more than 20 peer-reviewed publications. Differential Refractometer (dRI) 1) The dRI instrument must be capable of being used on-line (chromatography mode), connected in-line to any chromatography system such as GPC, FPLC or HPLC. 2) The dRI instrument must be capable of being used off-line (batch mode via sample injection into the flow cell by means of a syringe or pump) to measure the dn/dc of a sample at the same wavelength as the MALS instrument, as this value is necessary for MALS calculations. 3) The wavelength of the dRI instrument must be changeable by the user. This is an important feature for day-to-day operation. 4) The dRI instrument must use an array of 512 or more photodiodes (rather than 2 as in a traditional dRI instrument) in order to provide a range of at least - 0.0047 to + 0.0047 refractive index units. II. Delivery: Contractor shall deliver the item(s) within 6 weeks after award to: NIH/NCI Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and point of contact. Upon award, contractor must notify the NCI Technical Point of Contact to schedule the delivery. III. Payment: Payment shall be made after delivery and acceptance by the Technical Point of Contact. Payment authorization requires submission and approval of invoice by the NCI COR and NIH Commercial Accounts. QUESTIONS ARE DUE: August 11, 2017 The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the quote. The Government reserves the right to make an award without discussions. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items (APR 2014); 52.212-2 Evaluation Commercial Items (OCT 2014): FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (March 2015) WITH DUNS NUMBER ADDENDUM {52.204-6 (July 2013)}; FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (December 2014); FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (March 2015). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; FAR Clause 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006) FAR Clause 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) FAR Clause 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) FAR Clause 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) FAR Clause 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644) FAR Clause 52.219-28, Post Award Small Business Program Representation (Jul 2013) FAR Clause 52.222-3, Convict Labor (June 2003) FAR Clause 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) FAR Clause 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR Clause 52.222-26, Equal Opportunity (Apr 2015) FAR Clause 52.222-35, Equal Opportunity for Veterans (Oct 2015) FAR Clause 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) FAR Clause 52.222-37, Employment Reports on Veterans (Feb 2016) FAR Clause 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) FAR Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR Clause 52.225-1, Buy American Act--Supplies (May 2014) FAR Clause 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) Alternate II (May 2014) of 52.225-3 FAR Clause 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) FAR Clause 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) Full text copies of the representations and certifications for other cited provisions and clauses may be obtained online at the NCI website at http://ncioa.cancer.gov/oa-internet/ or from David Romley, Contract Specialist at David.Romley@nih.gov OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) through www.sam.gov. Quotations must be received in the NCI-OA contracting office by 12:00 p.m. EST on August 14, 2017. Please refer to solicitation number N02RC72616-36 on all correspondence. Faxed quotations will NOT be accepted. Quotations may be submitted via email to David Romley, Contract Specialist at David.Romley@nih.gov. All questions shall be in writing and may be addressed to the aforementioned individual noted above. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management through sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC72616-36/listing.html)
 
Record
SN04617225-W 20170810/170808231843-f1f468d57e8d79faf4d142e86e26eaa7 (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.