SOLICITATION NOTICE
66 -- HPLC SYSTEM
- Notice Date
- 9/6/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
- ZIP Code
- 72079-9502
- Solicitation Number
- 09-222-SOL-00173
- Archive Date
- 9/26/2009
- Point of Contact
- Regina R. Williams, Phone: (870) 543-7012
- E-Mail Address
-
regina.williams@fda.hhs.gov
(regina.williams@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- The Food and Drug Administration intends to award a Purchase Order for the supplies/services listed below. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR Part 13. 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. The solicitation number is 09-222-SOL-00173. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36, August 11, 2009. The associated North American Industry Classification System (NAICS) Code is 334516- Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. The Food and Drug Administration is soliciting for a HPLC System that must meet the following specifications: Pump Power range that combines ultra high pressure up to 1200 bar (~17404 psi) and high flow rates up to 5mL/min. Lowest delay volumes when using ultra fast gradients on narrow-bore columns. Dual-core microprocessor-controlled active damping with independently controllable high resolution pump drives and firmware –embedded tuning algorithms. Silicon carbide pistons with superior thermal behavior that provides robust and reliable performance even at ultra high pressures. Automatic compensation for minor leaks, resulting in less instrument downtime. Integrated, high efficiency degasser with low internal volume which offers fast change- over of solvents for purging and priming pump. Solvent Selection valve that allows immediate switching between mobile phases. Solvent Cabinet with four solvent bottles. Autosampler Must provide the highest precision for both large and small volume injections without changing sample loops. Must provide short injection cycles which allows for higher productivity through overlapped injections. Must feature less than 100 microliter of hydraulic delay volume. Must accept different types of sample containers such as well-plates and vials. Autosampler tray must hold at least thirty standard 2mL autosampler vials. Injection range from 0.1 to 40 microliter. Lowest hydraulic volumes. Inert seal and needle seat material. Automatic needle seat backflush. Column Compartment Thermostated column compartment with temperature precision specification of ±0.05 degrees. Must have a temperature range from 10 degrees below ambient to 100°C. Must be equipped with low volume heat exchangers for lowest peak dispersion. Must hold up to three 30cm columns. Must have ultra high pressure valves for applications, such as alternating column regeneration, sample preparation, and dual or multi-column selection. Must be equipped with Quick Change Valves for easy plumbing and valve exchange. Must have a door open sensor for safety. Must be equipped with a leak funnel and a capillary guide. Detector The HPLC system must be equipped with a Fluorescence Detector for multi-wavelength detection. The fluorescence detector must be equipped with on-line acquisition of excitation and emission spectra. The fluorescence detector must have at least an 8 microliter flow cell. The fluorescence detector must be controlled by an interfaced computer software system. HPLC Control Display plus graphic array providing all needed data, including all temperature and pressure/flow parameters, column pressure, flow rates, and detector parameters that provides direct access to all method setpoints. System should be capable of storing up to ten methods and ten automated sequences. Includes software, software license, computer/PC and monitor with DVD ROM/CD writer for data transferability. Laser Jet printer for producing hard-copies of data. Capable of transferring data and methods from older HPLC models. All parts of the system are controllable by a single integrated software suite. Installation. 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. Contract type: Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. FOB Point Destination. The Food and Drug Administration, National Center for Toxicological Research, 3900 NCTR Road, Jefferson, AR 72079. 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. 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 the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the items/services offered to meet the Government’s requirement; (ii) Past Performance; (ii) Price. Technical and past performances, when combined, are equal when compared to price. The technical evaluation will be determination as whether the proposed contractor is capable of providing the services or supplies. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the products/services offered meets the Government's requirement. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product and/or services to industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the offeror, past record or meeting delivery schedules and service/maintenance reputation. The government reserves the right to make an award without discussions. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. The offer shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors can complete the certifications via the ORCA website at http://orca.bpn.gov. Offerors that have not completed the certifications online shall complete and return a copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items with their offer. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled “Buy American Act – Supplies,” the offeror shall so state and shall list the country of origin. 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. 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: 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.225-3 Alt II, 52.225-13, and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. CCR Requirement – Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov It is the offeror’s responsibility to monitor the FedBizOpps website for any released amendments to the solicitation. A standard commercial warranty on parts and workmanship is required. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. Offers are due in person, by mail, e-mail or fax on or before September 11, 2009 by 1:00 pm (Central Standard Time – Local Prevailing Time in Jefferson, Arkansas), at Food and Drug Administration, OC/OSS/OAGS, Attn: Regina Williams, 3900 NCTR Road, Jefferson, AR 72079-9502. For information regarding this solicitation, please contact Regina Williams @ (870) 543-7012, FAX (870) 543-7990, email regina.williams@fda.hhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/09-222-SOL-00173/listing.html)
- Place of Performance
- Address: National Center for Toxicological Research, 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Zip Code: 72079
- Record
- SN01943138-W 20090908/090906233036-bbd9f57b6cb00746562a4b9165888b43 (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 |