Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2012 FBO #3932
SOLICITATION NOTICE

66 -- Peptide Synthesizer

Notice Date
8/28/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Health Library, Bldg. 10, Room 1L25A, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
NIHLM2012514
 
Archive Date
9/17/2012
 
Point of Contact
Sonya Owens-Cobblah, Phone: (301) 594-4666, Maxwell Kimpson, Phone: (301) 435-4380
 
E-Mail Address
owenscobblahs@mail.nih.gov, kimpsonm@nlm.nih.gov
(owenscobblahs@mail.nih.gov, kimpsonm@nlm.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NIHLM2012514 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-43. The North American Industry Classification (NAICS) Code is 334111 and the business size standard is 1,000 employees. This solicitation is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Library of Medicine (NLM), on behalf of the National Institute of Diabetes and Digestive Diseases (NIDDK) intends to procure a peptide synthesizer. The automated peptide synthesizer is needed for production of isotopically labeled polypeptides for on-going research in the Solid State NMR and Biomolecular Physics Section The Synthesizer must satisfy the following requirements: The synthesizer must include a UV absorption monitoring system to monitor the deprotection step in the solid-phase synthesis process. UV monitoring must be performed within the reaction vessel during deprotection, not outside of the vessel after deprotection, to minimize deprotection steps and solvent usage. Reagents and solvents must be delivered to the reaction vessel based on actual volume, not delivery time, so that precise gas pressure calibration is not needed to achieve accurate volume Each amino acid residue in the peptide sequence must be contained in a separate cartridge or reservoir in a dry state prior to activation and delivery to the reaction vessel, rather than being predissolved and stored in a larger reservoir for usage at multiple residues. This is important for isotopically labeled peptides, where consumption of expensive isotopically amino acids must be minimized The synthesizer must include at least five solvent bottles for delivery of NMP solvent, piperidine base for deprotection, acetic anhydride capping solution, DIEA base for activation, and HBTU/HCTU activating reagent. Delivery volumes from each solvent bottle must be under programmer control. The synthesizer must include software for controlling synthesis conditions. The software must be installable on an external PC so that programs for new syntheses can be written while the synthesizer is operating. Software for prediction of difficult synthesis steps must also be included. The synthesizer must permit synthesis of polypeptides comprised of at least 70 amino acid residues, without interruption of the synthesis. The synthesizer must be able capable of performing resin cleavage reactions under programmer's control. This request is for interested firms with the capability of providing the items listed above and to submit a capability statement along with projected pricing, to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. The intended procurement will be classified under North American Industrial Classification (NAICS) code 334510 with a size standard of 500 employees. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e., small/large) and DUNS number. All respondents are requested to identify their firm's size and type of business. Interested firms responding to this market survey must provide (a) capability statement demonstrating their experience, skills and capability to fulfill the Government's requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed 10 pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement, not to exceed 10 pages, should include references. A copy of the capability statement must be received at the address identified in this synopsis by no later than close of business (4:30 pm local time at designated location) on September 2,, 2012. Responses by fax or e-mail WILL BE ACCEPTED. This announcement is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. DISCLAIMER AND IMPORTANT NOTES: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality - No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIHL/NIHLM2012514/listing.html)
 
Place of Performance
Address: The National Institutes of Health (NIH), 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02859099-W 20120830/120829001112-656e47109b0e4072b21af8173e468227 (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.