Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2007 FBO #2077
SOLICITATION NOTICE

66 -- AKTA Purifier 10-UPC Chromatography System

Notice Date
8/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Beltsville Area, ANRI, ASU, 10300 Baltimore Blvd., Bldg. 209 BARC EAST, Beltsville, MD, 20705, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
3K45-NW-0016
 
Response Due
8/17/2007
 
Archive Date
9/1/2007
 
Description
This is a combined synopsis/solicitation for the commercial items identified below 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; offers are being requested and a written solicitation shall not be issued. This Solicitation Number is 3K45-NW-0016 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-18. This solicitation shall be solicited on an unrestricted basis. The North American Industry Classification Code (NAICS) is 334516. USDA intends to modify an existing FPLC (Fast Pressure Liquid Chromatography) system with a AKTA Purifier 10-UPC Chromatography System, all FPLC columns, separation medium, tubing, sample application system and injection ports are all compatible and transferable to the new upgraded system. The U.S. Department of Agriculture intends to procure the following system from the vendor GE Healthcare BIO-Sciences Corp. located in Piscataway, New Jersey, phone number 1-800-526-3593 based on the following requirements. USDA intends to modify an existing FPLC (Fast Pressure Liquid Chromatography) system with a AKTA Purifier 10-UPC Chromatography System, all FPLC columns, separation medium, tubing, sample application system and injection ports are all compatible and transferable to the new upgraded system. The modified system shall include (1) System pump with four pump heads in two pump modules, mixer with 0.6ml chamber for precision gradient formation, UV/pH/conductivity monitor with fixed wavelength detection and conductivity flow cell, injection valve with 100microliter sample loop, control box, accessory kit, UNICOR software package, UNICOR dc5750 control unit with specially configured and tested RAID1 with dual operating hard drives for unmatched data protection, 19? LCD display. (2) FRAC-920 Fraction Collector which includes tube racks for 18mm, 12mm and 30mm diameter tubes. (3) Sample Loop 5.0 ml. (4) Buffer Selection Kit includes IV-908 motor valve, tubing kits for 2.9mm and 1.6mm, one inlet filter assembly. (5) Sample Loop 10 ml. (6) Conductivity Cell PH/C-900. (7) Column Screening Kit includes motor valves and tubing and connectors. (8) Flow diversion valve. This solicitation incorporates the following FAR clauses, provisions and addendums: 52.202-1 Definitions; 52.203-5 Convenant Against Contingent Fees; 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.204-1 Approval of Contract; 52.204-3 Taxpayer Identification; 52.204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52-211-5 Material Requirements; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.216-24 Limitation of Government Liability; 52.216-25 Contract Definitization; 52.225-13 Restrictions on Certain Foreign Purchases; 52.233-3 Protest after Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.244-6 Subcontracts for Commercial Items. In Paragraph (B) of 52.212-5 the following apply: 52.203-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13 and 52.232-34. All offerors must include copies of 52.212-3 Representations and Certification. Faxed Quotations are acceptable and may be faxed to Nancy Woodhouse at 301-504-8696 on or before August 17, 2007. All responses shall be evaluated in order to determine the ability to meet the above stated capabilities. Offerors shall identify where the requested item meets or does not meet each of the Governments functional and performance minimum specifications listed herein. The Government will award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The anticipated award date is August 20, 2007. All responsible sources may submit a quotation, which shall be considered by the Agency.
 
Place of Performance
Address: USDA, ARS, ANRI, GBL;, 10300 Baltimore Avenue;, Building 200, Room 217, BARC-EAST, Beltsville, Maryland
Zip Code: 20705-2350
Country: UNITED STATES
 
Record
SN01359882-W 20070804/070802220337 (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.