Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2005 FBO #1335
SOLICITATION NOTICE

66 -- Tangential Flow Filtration System

Notice Date
7/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street Butler Square 5TH Floor, Minneapolis, MN, 55403
 
ZIP Code
55403
 
Solicitation Number
047-M-APHIS-05
 
Response Due
8/10/2005
 
Archive Date
8/25/2005
 
Description
(i) This is a combined synopsis/solicitation for commercial supplies prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) The reference number for this effort is 047-M-APHIS-05 and the solicitation is issued as a request for quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://farsite.hill.af.mil/ (iv) This requirement consists of three (3) line items: (1) tangential flow filtration system (2) Initial setup, test operation of unit, training of up to 4 technical personnel onsite, tech support and maintenance. (3) Trade-in allowance for current filtration system: Brand: Millipore Prostak tangential flow system, Part number MSD998WO, approximate year 1989 or 1990. (v) Deliverables and acceptance of deliverables will be FOB destination, at USDA APHIS NVSL, BMRT, 1800 Dayton Avenue, Ames, Iowa, 50010 (vi) Each quote at a minimum must meet the technical specifications as follows in order to be technically acceptable: One tangential flow filtration system to harvest and concentrate media solutions containing killed whole cells of the Brucella spp. The system shall be capable of uninterrupted processing of 75 L of solution to a final concentrate of less than 15 L in approximately one hour, with absolute minimal cell shearing or other damage to product. The system must provide for closed loop, aseptic filtration and will include a built-in permeate tank able to handle volumes from 3-20 liters, with means for permeate flow control. It will include recirculation, permeate, and tank feed pumps; pressure sensors and appropriate gauges for temperature, feed and filtrate flow, and levels. Piping, valves, fittings, and permeate tank must be stainless steel (316LSS), with tri-clamp style connections. The product flow path must be self contained and completely aseptic, from the initial harvest vessel to the final storage vessel. Sanitization of all product contact surfaces will be necessary between uses, and connections for steam sterilization are preferable. The system must be made to accommodate diafiltration and should adhere to cGMP regulations and GAMP guidelines. The unit needs to be semi-automated, with LCD touchscreen controls and digital display of flow path, feed, retentate and permeate flows, tank levels, and system temperatures/pressures. The programmable logic controller (PLC) should be capable of collecting instrumentation data and triggering critical alarms that can be used for quality control and data logging, and should have an ethernet connection that allows PLC to communicate with industrial PC. The system needs to be skid mounted, with lock down casters. All exposed welds should be ground smooth. Maximum footprint should be 30 inches wide, 66 inches deep, and 60 inches tall. (vii) The provision at 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. (ix) The provision at 52.212-2 Evaluation - Commercial Items applies to this solicitation. Award will be made to the technically acceptable responsible bidder whose quote conforms to this solicitation and offers the best value to the Government. Technical capability and past performance when combined are significantly more important then price. The following evaluation factors will be used: price, warranty, reliability history of manufacturer, and technical capability to meet specifications ? the most important being the manner in which the unit handles cells in a way that allows for them to remain intact for further downstream processing (xi) The provision 52.212-3 Offeror Representations and Certifications - Commercial Items applies to this solicitation. The contractor shall return a completed copy of the Offeror Representations and Certifications with their quotation. A copy of the provision may be attained from http://www.arnet.gov/far. (xii) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items applies to this acquisition. (xiii) The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses identified in FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.222-3 Convict Labor; 52.222-19 Child Labor ? Cooperation with Authorities and Remedies; 52.222-26 Equal Opportunity; 52.222-21 Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-35 Equal Opportunity for Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-25 Affirmative Action Compliance; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-35 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act; 52.225-2 Buy American Certificate; 52.225-3 Buy American Act ? North American Free Trade Agreement-Israeli Trade Act; 52.225-4 Buy American Act North American Free Trade Agreement-Israeli Trade Act Certificate; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR). To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xiv) Quotations are due to the United States Department of Agriculture, Minneapolis Contracting Office, 100 North Sixth Street, Butler Square, 5th Floor, Minneapolis, MN 55403 by 03:30 PM CST, August 10, 2005. Faxed quotes are acceptable. (xv) The assigned Contract Specialist is Jason WIlking. Jason may be reached at jason.l.wilking @aphis.usda.gov, (612) 336-3210 or by fax at (612) 370-2106.
 
Place of Performance
Address: 1800 Dayton Avenue, Ames, IA
Zip Code: 50010
Country: USA
 
Record
SN00851683-W 20050723/050721211653 (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.