Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2010 FBO #3087
SOLICITATION NOTICE

66 -- High Performance Liquid Chromatography Unit

Notice Date
5/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PB-(HG)-2010-161-RSF
 
Archive Date
5/30/2010
 
Point of Contact
Rashida S. Ferebee, Phone: 3014352605
 
E-Mail Address
ferebeers@nhlbi.nih.gov
(ferebeers@nhlbi.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 under Simplified Acquisition procedures in Subpart 13.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is NHLBI-PB-(HG)-2010-160-RSF and is being issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-40. This acquisition will be processed under Simplified Acquisition Procedures. The associated North American Industry Classification System (NAICS) Code is 334516. The National Institute Human Genome Research Institute (NHGRI), National Institutes of Health (NIH), has a requirement for a Gilson high-performance liquid chromatography unit brand name or equal. Quantity and Part Number: 1-Section Manual Injection 1-4963725I 1-31600001 1-360522 1-38103331 1-38103341 1-380132582 1-38073209 1-1010551 1-104443 1-171071 1-1747995 1-17007113 2-2504608 2-2584639 1-361832 1-21063130 1-210631r21 1-oracle10gxe 2-49060021 2-499381179 1-21101ng7f 3-install 1-pm 1-svc contract The delivery date is thirty days after award. This requirement is set-aside for small business. The Gilson high-performance liquid chromatography (HPLC) is specifically designed for the Diacel chiral columns that NHGRI utilizes. The Gilson HPLC is the only system that uses TRILUTION LC v2.1 software and utilizes deep and shallow well rinse stations to minimize sample carryover. NHGRI has standardized on the TRILUTION software and all of the prep chemists are familiar with its operation. Adding the additional productivity this second and more robust system will provide makes the thought of using any other alternative a mute point. NHGRI is currently using a Gilson HPLC unit as such it would not be in the best interest of the Government to purchase another systems as NHGRI it would take a significant amount of time and effort to reconfigure NHGRI analysis set up that the current HPLC system has been providing. Some of the unique characteristics on the requested Gilson unit are the following. A manual injector and an on-line pump injector. The large pumps are capable of pumping up to 200 mL/min. The expanded fraction collector is triggered by the accompanying dual wavelength detector. The entire system is controlled via TRILUTION LC v2.1 software. The synthesis of any NCE revolves around 3 basic steps. 1 – the combinations of essential chemicals and reagents that will affect the needed reaction that creates a new chemical. 2 – the separation of the new chemical from the unwanted reactants and side products created/used. 3 – the characterization of the new chemical to assure that it is, in fact, what was intended. The second step is a critical aspect of this protocol. We recently ordered a set of Diacel chiral columns in a 50x500 mm configuration. The Gilson system is specifically designed and configured to be used with these columns. To effectively use these columns, NHGRI must be able to pump at up to 100 mL/min at a back pressure of 3000 PSI. The Gilson system is configured to accomplish this task. The Offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors Commercial; 2) FAR Clause 52.212-2, Evaluation Commercial Items. As stated in FAR Clause 52.212-2 (a), 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. 3) FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions; 6) FAR Clause 52.211-6 Brand Name or Equal. The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. Note: In order to receive an award from the NHLBI contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov and ORCA https://orca.bpn.gov/. The clauses are available in full text at http://www.arnet.gov/far. Quotes are due May 15, 2010 by 3:30pm Eastern Standard Time. The award will be made based upon the requirements specified in this combined solicitation/synopsis, and to the offerer providing the best value in meeting the Government's requirements. The offerors must provide documentation in support of the specified requirements. The Government intends to evaluate offerors and may award a contract without discussions with Offerors. Therefore, the initial offer should contain the offerors best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later it is determined by the Contracting Officer to be necessary. The Government may reject any or all offers, waive informalities and minor irregularities in offers received. The quote must reference the Solicitation number NHLBI-PB-(HG)-2010-160-RSF. All responsible sources may submit a proposal which if timely received shall be considered by the agency. Proposals must be submitted in writing to the National, Heart, Lung and Blood Institute, Office of Acquisitions, Procurement Branch, 6701 Rockledge Drive, Suite 6145, Bethesda, MD 20892-7902, Attention: Rashida Ferebee. Response may be submitted electronically to ferebeers@nhlbi.nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB-(HG)-2010-161-RSF/listing.html)
 
Place of Performance
Address: NIH/NHGRI, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02142873-W 20100508/100506235501-0ccd4476f74ad9c84938994c400b0710 (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.