Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SOLICITATION NOTICE

66 -- TPS-110 TRIBUTE(TM)

Notice Date
9/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W, 6707 Democracy Blvd., MSC 5455, Bethesda, Maryland, 20892-5455
 
ZIP Code
20892-5455
 
Solicitation Number
NIHLM2012488
 
Archive Date
9/25/2012
 
Point of Contact
V. Lynn Griffin, Fax: 301-480-8501, MAXWELL KIMPSON,
 
E-Mail Address
griffinv@mail.nih.gov, Max.Kimpson@nih.gov
(griffinv@mail.nih.gov, Max.Kimpson@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 NIHLM2012488 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 2005-17. The North American Industry Classification (NAICS) Code is 334516 The business size standard is 500 employees. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. However, this solicitation is not set aside for small business. The National Institutes of Health (NIH), National Institute of Digestive, Diabetes & Kidney Diseases (NIDDK) intends to procure the following items: Brand Name or Equal to Protein Technologies, Inc TPS-110 TRIBUTE TM with the following specifications: TPS-110/ TPS-INSTALU TPS-STARTKIT TPS-11 0 TRIBUTE TM -Automated 2 Channel, Solid-Phase, Bio-Organic Synthesizer (110VAC, 50/60Hz), with Semi-automated cleavage. Complete with embedded computer, TRIBUTETM software, color flat Touch screen monitor and cables, PTI_PREDICT Software, safety shield, 20 Liter single waste container, safety-coated solvent bottles (3 x 1L, 2 x 4L), 12 collect tubes, standard one year warranty, Onsite installation and training for 2 days by a PTI trained technical support person, including running verification test peptides Tribute start-up kit, complete with 98 pre-filled AA bottles with activator (all 20 natural amino acids in O.5mmol, 1.5mmol and 2.5mmol scales and test peptide AA) Reaction Vessels (Prelude 10 ml disposable reaction vessels, 30 RV,45 ml RV's 30 RV), Fmoc-L-Gly Wang Resin (0.1mmol scale), Rink Amide MBHA Resin (0.1mmol scale), Deprotectant (0.9L), and Base (0.9L) PPS-RV -PREP STAT Prelude/Tribute Reaction Vessel Preparation Station, 10mI and 40ml sizes. TPS-USR-WRK-UTL User Workstation Utility (Allows user access to print formatted reports, Setup Programs and Sequences remotely and import via USB to Tribute TM on the' PC) TPS-IR-OPT Two individually controlled IR heating units, with software and heating control systems 2x 10 ml glass RV and 2X 40 ml glass RV TPS-IR-FULL Full service cent act after the first year warranty period is over Mandatory Requirements: The use of infrared (IR) heating speeds up the process of solid phase peptide synthesis, and the presence of two peptide synthesis channels that can be run simultaneously is also important for improved workflow. The Tribute is the only instrument to provide two peptide synthesis channels both with independent IR control and these features are required for maximum improvement of work flow to ongoing research protocols. The "equal" item must meet the characteristics of the brand name item to be acceptable for award. Basis for Award: Offerors must provide descriptive literature or other material that demonstrates their offer meets the forgoing requirements. The contract will be awarded to the responsible offeror whose offer fully meets the requirements of the solicitation, provides the best value, with price and technical factors equally important in award evaluation. This request is for interested firms with the capability of providing the required equipment listed above are requested to submit a capability statement 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 334516 with a size standard of 500. 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 15 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 15 pages, should include references. Due to time sensitivity, a copy of the capability statement must be received at the address identified in this synopsis by no later than 5 days prior to close of business (5:00 P.M. local time at designated location) on September 10, 2012. This synopsis 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. 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/NIDDKD/NIHLM2012488/listing.html)
 
Record
SN02866993-W 20120906/120905000917-9e07ec3f82a7e0d4107dd8d6e363b2dc (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.