MODIFICATION
66 -- High-Performance Liquid Chromatograph (HPLC) System - Amendment 1
- Notice Date
- 4/14/2014
- Notice Type
- Modification/Amendment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- SB1341-14-RQ-0176
- Archive Date
- 5/3/2014
- Point of Contact
- Adam C. Powell, Phone: 301-975-2166
- E-Mail Address
-
adam.powell@nist.gov
(adam.powell@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment 001 THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 effective January 30, 2014. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing - with a small business size standard of 500 employees. This acquisition is 100% set-aside for small business. Simplified acquisition procedures shall be utilized. The non-manufacturer rule applies to this requirement. However, the Small Business Administration has a class waiver in effect as of August 24, 2012 for the purchase of HPLC systems. The National Institute of Standards and Technology requires a high performance liquid chromatograph (HPLC) system. The system will be used to separate complex hydrolysates of DNA and proteins isolated from mammalian tissues or cultured cells. The item to be acquired is an HPLC system to be used as coupled to NIST's present Thermo Tandem Mass Spectrometer (MS/MS) instrument. To provide the greatest functionality and ease of use, both the HPLC and MS/MS components must work together using one instrument control software package that must be able to control both the HPLC and the Thermo MS/MS instrument. This means that the HPLC system must have a single point interface with Thermo Xcalibur software using DCMSLink. This is the minimum requirement. In addition, it is pertinent that the system have a dual ternary rapid gradient pump system, which will permit on-line solid phase extraction. This is a Brand Name Only Requirement. Brand name justification is based on the following: NIST requires that the High Performance Liquid Chromatograph System have a single point interface with Thermo Xcalibur Software using DCMS Link. This is required so that one software package can control the required HPLC system as well as an existing NIST-owned Thermo Tandem Mass Spectrometer. Given the proprietary nature of the software, market research did not reveal any alternative manufacturers. Responsible quoters shall provide pricing for all of the following line items identified below. All part numbers are Thermo manufactured part numbers. LINE ITEM 0001: Quantity one (1) each: part number 5040.0066, DGP-3600RS Pump; DGP-3600RS UltiMate 3000 Dual Ternary Rapid Separation Pump System; LINE ITEM 0002: Quantity one (1) each: part number 5035.9230; SRD-3600 Solvent rack, 6 Degass. Lines; SRD-3600 UltiMate 3000 Integrated Solvent and Degasser Rack, 6 Channels; LINE ITEM 0003: Quantity one (1) each: part number, 5840.0020; WPD-3000TRS Autosampler; WPS-3000TRS Rapid Separation Wellplate Sampler, Thermostatted; LINE ITEM 0004: Quantity one (1) each: part number 5730.0000, TCC-3000RS Column Thermostat; TCC-3000RS - UltiMate 3000 Rapid Separation Thermostatted Column Compartment; LINE ITEM 0005: Quantity one (1) each: part number 6730.0002, VLV Actuation HT Left Side<125 MPA/181; Valve Actuator Kit HT for Left Side of TCC-3000RS/sd. Pressure < 125 MPa (18130 psi); LINE ITEM 0006: Quantity one (1) each: part number 6730.0006, POD, 2PS-6PRT Valve HT, SST, <103MPA, TCC; Pod for 2-Position 6-Port HT Valve, SST Variant, Pressure < 1034 bar (15000 psi); LINE ITEM 0007: Quantity one (1) each: part number 6040.2801, Viper Online SPE Kit, RS System; Viper UHPLC Fingertight Fitting and Capillary Kit for Online SPE on UltiMate 3000 x2 Dual RSLC Systems; LINE ITEM 0008: Quantity one (1) each: part number 6040.2330, Viper Cap., IDXL 0.13X850MM, SST; Viper UHPLC Fingertight Fitting incl. Capillary for 10-32 Fitting ID 0.13 mm/0.005, Length 850 mm, SST; LINE ITEM 0009: Quantity one (1) each: part number 5960.0188, DCMSLINK F.XCALIBUR+MINI-DIN6POL.CABL; DCMSLink for Xcalibur (curr. Ver. + MINI-DIN 6pol. 5m Cable); LINE ITEM 0010: Quantity one (1) each: part number 6000.1001, Power Cord USA-Version; Power Cord (125V) 3xAWG18, 2.0 m; LINE ITEM 0011: Quantity one (1) each: Installation. The Contractor shall install the equipment. Installation shall include, at a minimum, uncrating/unpackaging of all equipment, set-up and hook-up of all equipment, start-up, and demonstration of all required specifications within the attachment herein titled, "HPLC System Specifications." Qualified personnel shall install the system and perform all activities necessary to ensure the system is fully functional and meets all required specifications; LINE ITEM 0012: Quantity one (1) each: Training. The Contractor shall provide training for a minimum of three (3) NIST personnel. Training shall commence immediately upon successful completion of installation and successful demonstration of specifications. The training session shall include, at a minimum: a demonstration of all equipment functions and equipment operation, which will allow NIST personnel to operate the system to its full capabilities, basic troubleshooting, maintenance, and tuning operations; LINE ITEM 0013: Quantity one (1) each: one-year warranty on the HPLC system. At a minimum, the warranty shall include all parts, materials, travel, and labor. Please note: Installation and training must be scheduled, in advance, with the NIST Technical Contact to be identified at the time of award. DELIVERY Delivery, installation, and training shall be completed not later than 90 days from the date of award. Delivery terms shall be FOB Destination. The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Delivery shall be made to NIST, Building 301 - Shipping and Receiving, 100 Bureau Drive, Gaithersburg, MD 20899. INSPECTION AND ACCEPTANCE CRITERIA NIST personnel will be present during installation and demonstration of specifications to verify that all specifications within the attached document titled, "HPLC System Specifications," have been met. EVALUATION CRITERIA AND BASIS FOR AWARD Award will be made to the lowest price, technically acceptable quoter. Technically acceptable means that the brand-name equipment is quoted and that all requirements of installation, training, and warranty shall be met. PAYMENT One lump sum payment will be made upon successful completion of delivery, installation, training, and demonstration of specifications. REQUIRED SUBMISSIONS All quoters shall submit the following: 1. Documentation and/or product literature, which clearly demonstrates that the brand-name equipment is being quoted; 2. If the Contractor intends to have a Subcontractor perform installation and training, a representative of the prime contractor must be on-site during installation and training. The Government has no privity of contract with Subcontractors. The Contractor must confirm who will be present during installation and training; 3. Confirmation that installation, training, and warranty requirements will be adhered to; 4. A firm-fixed price, FOB Destination price quotation for each line item; 5. This is an Open-Market Combined Synopsis/Solicitation for a High-Performance Liquid Chromatograph System as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: a. The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR b. The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement IS NOT being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation; 6. The DUNS # for the quoter's active System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov to be considered for award; DUE DATE FOR QUOTATIONS E-mail quotations are required. All quotations shall be submitted via e-mail to Adam Powell at adam.powell@nist.gov. Submission must be received not later than 4:00 p.m. Eastern Time on April 18, 2014. FAX quotations will not be accepted. A quotation shall be considered received when it is received in the electronic inbox of Adam Powell not later than the date and time identified herein. Questions: All questions regarding this notice must be submitted via e-mail to adam.powell@nist.gov. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov. The following provisions apply to this acquisition: • 52.212-1, Instructions to Offerors - Commercial; • 52.212-3, Offeror Representations and Certifications - Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at www.SAM.Gov. If paragraph (j) of the provision applies, a written submission is required; The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including subparagraphs: • 52.219-6, Notice of Total Small Business Set-Aside; • 52.219-28, Post Award Small Business Program Representation; • 52.222-3, Convict Labor; • 52.222-19, Child Labor-Cooperation with Authorities and Remedies; • 52.222-21, Prohibition of Segregated Facilities; • 52.222-26, Equal Opportunity; • 52.222-36, Affirmative Action for Workers with Disabilities; • 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; • 52.225-1, Buy American Act-Supplies; • 52.225-13, Restrictions on Certain Foreign Purchases; • 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.247-34 FOB Destination; and Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-14-RQ-0176/listing.html)
- Place of Performance
- Address: National Institute of Standards and Technology, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN03338489-W 20140416/140414235140-f5ace822e7cd6322965c37362488e654 (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 |