Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2004 FBO #0934
SOLICITATION NOTICE

66 -- Instruments and Laboratory Equipment

Notice Date
6/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
 
ZIP Code
20817
 
Solicitation Number
RFQ4062
 
Response Due
6/30/2004
 
Archive Date
7/15/2004
 
Point of Contact
Tonia Alexander, Purchasing Agent, Phone 301-402-6338, Fax 301-480-3695, - Sylvia Robinson, Purchasing Agent, Phone 301-402-2284, Fax 301-480-3695,
 
E-Mail Address
talexander@niaid.nih.gov, srobinson@niaid.nih.gov
 
Description
17. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is RFQ4062 and is being issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-23. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a small business concern. The associated North American Industry Classification System (NAICS) Code 339111, which has a business size standard of 500. The National Institute of Allergy and Infectious Diseases intends to procure a bench top high performance Automated Liquid Chromatography System and Accessories. The following instrument and products may be acquired under this acquisition: Item/Description/ Quantity: (1) Bench Top Automated Liquid Chromatography System qty-1, with flow rates of 4-400ml/min gradient and 800 ml/min isocratic at pressures up to 2 Mpa. Designed for process development, process scale-up, scale-down and small-scale productions. System to have the capacity to purify from milligrams to tens of grams of product and is biocompatible, hygienic and santizable. System includes: - sample pump with sanitary designed heads and built in piston rinsing system, 4-400 ml/min, 0.20 Mpa pressure range, 4 port sanitary membrane inlet valve, high performance system pump with four sanitary pump heads with built in piston rinsing system in two pump modules, 4-400 ml/min binary gradient, 800 ml/min isocratic, 0-2.OMP a pressure range with a 4 port sanitary membrane inlet valve per pump module (total of 8 sanitary inlets), mixer for precision gradient formation, variable, multiwavelength UV-Vis detector equipped with external sanitary flow cell, pH and conductivity detector with sanitary designed cells, four pressure sensors, air trap with sanitary membrane air trap bypass valve, three 4 port sanitary membrane valves for sample pump on line, waste line, over/under column bypass one column, two column, two columns in series, reverse flow, two sanitary 4 port membrane valves for fraction collection (total 8 fractions), column mounting manifold for up to two columns, washable cabinet on swivel platform, radial arm, UNICORN software package with constant flow and pressure programming for sample loading column packing, method wizard for easy programming and preprogrammed easy methods, UNICORN Control SFF 2.8 GHz System, EVO O530 SFF 2.8 GHz Intel Pentium 4, 800 MHz front slide bus speed, 512 MB DDR SDRAM, 512 KB Integrated ECC L2, 80 GB Hard Disk Drive Controller,3.5? Internal drive Bay, 48X/24X/48X CD RW Drive, integrated Intel Extreme Graphics 2, Microsoft Windows XP, and 15?TFT LCD Flat Panel Display . The following factors shall be used to evaluate offers: 1) price, 2) warranty, and 3) technical capability to meet required specifications. Place of delivery NIH/NIAID, Rockville, Maryland, 20852. The government will award a fixed price purchase order to the responsible contractor. The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212.3 Offeror Representations and Certifications Commercial Items; FAR 52.212-4 Contractor Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. A completed copy of provisions at FAR 52.212-3 Offerors Representations and Certifications Commercial Items must be included. Copies of the aforementioned clauses are available upon request by telephone to Ms. Tonia Alexander at (301) 496-2607. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3, Offerors Representations and Certifications ? Commercial Items. Offers must be submitted no later than 5:00 PM Eastern Daylight Time (EDT) June 30, 2004 to Tonia Alexander. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE70, Room/2NE62C, MSC/4812, Bethesda, Maryland 20817-4812. Electronic submission will not be accepted. Requests for information concerning this requirement are to be addressed to Ms. Tonia Alexander (301) 496-2607. Collect calls will not be accepted. All responsible sources may submit an offer that will be considered by this agency. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Registration is available via the Internet at www.CCR.gov
 
Place of Performance
Address: National Institutes of Health,, Rockville, Maryland
Zip Code: 20852
Country: USA
 
Record
SN00603467-W 20040617/040615211649 (fbodaily.com)
 
Source
FedBizOpps.gov 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.