SOLICITATION NOTICE
66 -- Splitless Nano High Performance Liquid Chromatography (HPLC) System
- Notice Date
- 8/8/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Field Finance and Acquisition Services, Jefferson Laboratories, Attn: Division of Contracts and Acquisitions, HFT-322 3900 NCTR Road, Jefferson, AR, 72079-9502
- ZIP Code
- 72079-9502
- Solicitation Number
- FDA-SOL-06-00321
- Response Due
- 8/18/2006
- Archive Date
- 9/2/2006
- Description
- The Food and Drug Administration intends to award a Purchase Order on a sole source basis to Eksigent Technologies, 5875 Arnold Road, Dublin, California 94568 for the item listed below. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR Part 13.5. (i) This is a combined/synopsis solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) The solicitation number is FDA-SOL-06-00321. This solicitation is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-11, July 5, 2006. (iv) The associated North American Industry Classification System (NAICS) Code is 334516- Analytical Laboratory Instrument Manufacturing, Small Business Size Standard 500 Employees. (v) The Food and Drug Administration is soliciting for the quantity of one (1) each for the following: Splitless Nano High Performance Liquid Chromatography (HPLC) system for the analysis of peptide samples. The system must: Have <100 nL system delay volume. Utilize Passive mixing system <20 nL. Utilize direct flow and not require any splitters to achieve 200 nL/min. Not utilize more then 80 mL of solvent running 24x7 over a 3 week period. Utilize a flow feedback mechanism that measures flow from each pump individually to adjust for unstable flow. Not utilize inlet check valves. An official authorized to bid the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. (vi) Contract type: Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. (vii) FOB Point Destination. To be delivered by October 20, 2006 to the National Center For Toxicological Research, 3900 NCTR Road, Jefferson, Arkansas 72079-9502. (viii) The provision at FAR 52.212-1 Instructions to Offerors ? Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2 Evaluation - Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: 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: (i) technical capability of the item offered to meet the Government requirement; (ii) price; The technical evaluation will be determination as to whether the proposed contractor is capable of providing the equipment. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the government to determine whether the product meets the technical requirements. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. The government reserves the right to make an award without discussions. (x) Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52,222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-3, 52.225-13, 52.232-33 and 52.232-34. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. (xiii) A standard commercial warranty on parts and workmanship is required. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. (xv) All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. The quotation must reference solicitation number FDA-SOL-06-00321. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Offers are due in person, by mail or fax on or before August 18, 2006 by 15:00 hours (Central Standard Time ? Local Prevailing Time in Jefferson, Arkansas), at Food and Drug Administration, OC/OSS/OFFAS, 3900 NCTR Road, Jefferson, AR 72079-9502. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. Contractor must be registered in the Central Contractor Registration (CCR) in order to receive an award. See numbered note 22. (xvi) For information regarding this solicitation, please contact Regina Williams @ (870) 543-7012, FAX (870) 543-7990, email regina.williams@fda.hhs.gov.
- Place of Performance
- Address: 3900 NCTR ROAD, JEFFERSON, ARKANSAS
- Zip Code: 72079
- Country: UNITED STATES
- Zip Code: 72079
- Record
- SN01108764-W 20060810/060808220406 (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 |