Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2013 FBO #4404
SOLICITATION NOTICE

B -- Characterization of Imaging Probes and Intermediates by High Performance Liquid Chromatography - Package #1

Notice Date
12/13/2013
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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-CSB-HI-2014-35-JEF
 
Archive Date
1/7/2014
 
Point of Contact
Jenn Frazier, Phone: 3014966092
 
E-Mail Address
jenn.frazier@nih.gov
(jenn.frazier@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Sole/Single Source Justification PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisitions (OA) on behalf of the Division of Intramural Research (DIR) intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to Agilent Technologies, Inc, 2850 Centerville Road, Wilmington, DE 19808 for Charaterization of Imaging Probes and Intermediates by High Performance Liquid Chromatography. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 811219 with a Size Standard of $19.0 million. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-71. This acquisition is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures at an amount not exceeding the simplified acquisition threshold ($150,000). STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. DESCRIPTION OF REQUIREMENT Background The Imaging Probe Development Center (IPDC) is currently in the process of opening a new Positron Emission Tomography (PET) lab. In the NHLBI/DIR laboratory, molecular probes of different imaging modalities will be synthesized for noninvasive imaging studies. The primary goal of the researchers of this new PET lab will be to develop new probes for PET imaging or reproduce already existing imaging agent for further studies. Determining the progress of the reactions by characterizing the intermediates in each steps are very important. High performance liquid chromatography (HPLC) is universally recognized as a powerful tool to analyze the reaction mixtures and identify the final products. This is one of the essential equipments in any small molecule based biomedical research laboratory. Purpose and Objectives In the new imaging probe development laboratory this equipment will be used as a powerful and reliable analytical tool. Analytical data (retention time, peak shape, absorbance) produced by HPLC are regarded as an authentic characterization data of a molecule. The new PET laboratory will be making different kinds of imaging probes to support the biomedical research of NIH investigators. So this equipment will be used to support the research effort of several investigators of NIH. Overall, it will be a valuable asset to the Government researchers. Based on the nature of work, the laboratory needs an efficient and reliable HPLC system. The instrument must have a global warranty, i.e. all parts including software should be under warranty or annual service contract. Period of Performance A fixed price purchase order for a one (1) year period of performance from the time of award. Project Description Contractor Responsibilities: Vendors shall perform following tasks: 1. Install the equipment and familiarize lab staff with the equipment. 2. A performance check out sample will be run at the time of installation to ensure proper performance. The vendor will supply the check standard. 3. Vendor is responsible to send/deliver the equipment with proper packaging. 4. Vendor is 100% liable of any damage during shipping and handling of the equipment 5. Equipment will come with warranty. Any kind of damage or malfunctioning (software and hardware) during the warranty will be fixed by the vendor without any cost. 6. Standard warranty is one year. The customer may purchase extended warranty and/or support contracts upon expiration of the standard warranty. 7. Software upgrades are included under the standard warranty period and may be included as an option to extended support coverage. 8. Government should expect from vendor very smooth, hassle free maintenance of the equipment. Government Responsibilities: The government, i.e. laboratory will provide adequate space (2.5' X 5' bench top) and a power connection to install the equipment. Installation and other maintenance should be done by the authorized person of the vendor. Government cannot use another person who is not authorized by the vendor. Inspection and Acceptance: 1. Equipment will be received by NIH receiving department or by the laboratory staff. 2. Equipment will only be accepted after proper installation and successful demonstration in the laboratory by the vendors. 3. Installation and demonstration done by the vendor should be approved by the laboratory staff. Agilent has set procedures in place for installation and familiarization. This checklist may be provided prior to the purchase for review. The customer should sign off on these documents once the procedures are performed as confirmation or approval. 4. Vendors will be responsible for any damage during installation and demonstration. 5. Improper installation or demonstration will not be approved by government and deliverables will not be accepted. Laboratory staff will inform to purchasing about the rejection and the purchasing department will handle the rejection process. The customer should review the checklists ahead of purchase to ensure that the procedures that will be provided/performed are acceptable. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the Sole/Single Source Justification that is attached to this Notice of Intent. The Agilent 1260 Infinity Quaternary HPLC system is designed to minimize analysis time and maximize resolution for high quality analytical results. This system features a 600 bar standard pressure pump, 80 Hz standard detector speed, and up to 10 times higher UV detection sensitivity. The 1260 series is priced similar to the earlier 1200 series, allowing for enhanced ultra-high performance liquid chromatography (UHPLC) at a HPLC price. Additional advantages include: 1. Flexibility. Higher flow rates of up to 5 mL/min at 600 bar operating pressure allow for the use of virtually any analytical column. The Agilent 1260 Infinity Quaternary HPLC pump allows the use of up to four different solvents to create binary, ternary, or quaternary gradients to ensure the purification of a wide range of compounds. The 190-950 nm multiple wavelength detector allows for the selection of any wavelength within this range to monitor compound response. Additional detectors, such as a radiodetector, fluorescence detector, or an ELSD detector can also be incorporated into the system. 2. Upgradable. Due to the stacking configuration of the Agilent 1260 HPLC components, each individual unit is capable of being replaced with a new unit and used with the existing components. This is true for injectors, autosamplers, detectors, pumps, and fraction collectors. The software platform, Chemstation, is also upgradable as subsequent versions become available to allow optimal communication between the instrument controller and the actual instrument. 3. Ease of Operability. All components feature front access and operation which is convenient for the user. Chemstation offers a wizard application that walks the user through each component (i.e., flow rate, timetable, injection volume, detector signals, etc.) when creating a new method. Agilent's website has a wealth of technical notes, eSeminars, and videos that aid the user with using, troubleshooting, and maintaining the instrumentation. 4. Safe. The Agilent 1260 series HPLC has several leak detector sensors and pressure sensors to ensure operating conditions are in compliance within the instrument's acceptable range. If any of these sensors is triggered due to a solvent leak or excess pressure, the entire HPLC system will automatically shut down. This precautionary measure protects the user and instrument from potential hazards. Also, all solvent tubes and fittings are located in the front of the instrument panels to simplify adjustments in the event of a leak. Brand-name Determination: In order to comply with years of results and protocols generated by the use of already existing Agilent HPLC systems, IPDC must purchase compatible units that will be able to work in conjunction with this new system. In order to minimize down time and lost research efforts, IPDC must purchase this additional Agilent system to adequately supply all IPDC staff with proper instrumentation to fully characterize synthesized compounds. Parts and accessories must be compatible with our current system. These systems are sold directly from Agilent and this company has extended discounted pricing in their quotation. Agilent is the sole manufacturer of these machines. The parts are unique to these instruments and cannot be substituted by other vendor's parts. The engineers from Agilent have the in-depth knowledge and training to repair these complex machines. CLOSING STATEMENT This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, 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. All offerors must have an active registration in the System for Award Management (SAM) www.sam.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. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by 3:30 PM EASTERN TIME December 23, 2013 and must reference number NHLBI-CSB-HL-2014-35-JEF. Responses may be submitted electronically to Jenn Frazier at jenn.frazier@nih.gov or by U.S. mail to the National Heart, Lung, and Blood Institute, Office of Acquisitions, COAC Services Branch,6701 Rockledge Drive, 6121A, Bethesda, MD 20892-7902, Attention: Jenn Frazier. Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-HI-2014-35-JEF/listing.html)
 
Place of Performance
Address: 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN03251581-W 20131215/131213234444-1858c98d1d6b82bcba86e0a35b564c2f (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.