SOLICITATION NOTICE
66 -- Automated Fast Protein Liquid Chromotography System
- Notice Date
- 6/13/2008
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Blvd., EPS Suite 600, Rockville, Maryland, 20852
- ZIP Code
- 20852
- Solicitation Number
- NCI-80096-MM
- Archive Date
- 7/15/2008
- Point of Contact
- Ashley L. Virts, , Melissa P Marino, Phone: 301-402-4509
- E-Mail Address
-
virtsa@mail.nih.gov, marinome@mail.nih.gov
- Small Business Set-Aside
- N/A
- Description
- The National Cancer Institute (NCI), Laboratory of Molecular Biology (LMB), plans to procure on a sole source basis for a AKTA Automated Fast Protein Liquid Chromatography System with GE Healthcare Bio-Sciences Corp., 800 Centennial Avenue, P.O. Box 1327, Piscataway, NJ 08855. This acquisition will be processed in accordance with simplified acquisition procedures as stated in FAR 13.106-(b)(1) The North American Industry Classification System Code is 334516 and the business size standard is 500 employees. The following salient characteristics apply to the AKTA chromatography system: •The system must be compatible with the AKTA system’s controller, fraction collector, sample pump and detection monitor. •The system must be capable of being controlled with Unicorn software. •The Fast Protein Liquid Chromatography (FPLC) system shall have flow rates of 0.01 to 20 mL/min at pressures up to 5 MPa. The system must be equipped with a system pump, a mixer for precision gradient formation, an injection valve, UV/pH/conductivity monitor with fixed wavelength detection, a Fraction collector for collecting up 120 samples in 16 mm tubes and 8 samples in 30 mm tubes, system start-up, and two (2) 25MPA valves. •The system shall have the ability to be sanitized without removing columns and possibly introducing air into the system. •The motorized valves should provide feedback to the control system to ensure proper orientation of all valves, and documentation of valve positions at all times. The valves shall be driven electronically and require no external air or pressure to operate. •The system shall be able to purify biomolecules from complex starting materials derived from cell culture supernatants, and recombinant protein expression systems; to perform separations based on a variety of sample characteristics, such as molecular weight, net surface charge, and hydrophobicity, while retaining biological activity. PART II - FACTS AND REASONS TO JUSTIFY OTHER THAN FULL AND OPEN COMPETITION 1. Statute: 13.106-(b)(1) (b) Soliciting from a single source. (1) For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, or industrial mobilization. Justification The laboratory has invested considerable funds in chromatography columns and fittings which are compatible with AKTA systems only. Acquisition of a competing FPLC system will necessitate the purchase of new chromatography columns and fittings which are expensive. Discarding the columns from the old system would generate waste, which is contraindicated by the NEMS (NIH Environmental Management System). Laboratory staff have used the AKTA system in another section and learned how to use the control and analysis software. This is significant as the powerful and sophisticated software that runs this and competing systems takes time to learn. If a competing system were acquired, additional time would be required to learn the software and to write new programs. Also, there would not be other users with experience around to offer guidance. Having all sections of the LMB use the same chromatography system provides system back up and sharing of consumables, methods, and accessories. This is not a solicitation for competitive quotations. However, if any interested party believes they can meet the above requirement, they may submit a statement of capabilities. All information furnished shall be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the above unique specifications described herein. An original and one copy of the capability statement must be received in the NCI contracting office by 1:00 PM ET on June ___, 2008. All questions must be in writing and can be faxed (301) 402-4513 or emailed to Melissa Marino, Contract Specialist at marinome@mail.nih.gov. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must have valid registration and certification in the Central Contractor Registration (CCR) www.ccr.gov and the Online Representations and Certifications Applications (ORCA), http://orca.bpn.gov. No collect calls will be accepted. Please reference NCI-80096-MM on all correspondence.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8cfe7f5cb2415a91b8dcde397fa8b056&tab=core&_cview=1)
- Record
- SN01593292-W 20080615/080613220142-8cfe7f5cb2415a91b8dcde397fa8b056 (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 |