Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 18, 2014 FBO #4681
SOLICITATION NOTICE

66 -- High Performance Centrifuge - Statement of Work

Notice Date
9/16/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-(SSSA)-14-749
 
Archive Date
10/11/2014
 
Point of Contact
Andriani Buck, Phone: 3014021677
 
E-Mail Address
andriani.buck@nih.gov
(andriani.buck@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
SOW COMBINED SYNOPSIS / SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HHS-NIH-NIDA-(SSSA)-14-749 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76 effective August 25, 2014. This acquisition is unrestricted. The associated NAICS code 334516 and the small business size standard 500. STATEMENT OF OBJECTIVES Protein production, purification and sample preparation protocols applied in the laboratory, require usage of a high-speed preparative centrifuge able to perform routine separations such as gradients and pelleting in a variety of tubes (from 1.5 ml) up to the bottles (up to 1000 ml), microliter plates, with a wide variety of rotors in fixed angle, swinging bucket, and continuous flow and zonal configurations. The centrifuge must offer the technical capabilities for research on tubulin dimer and microtubule polymer and its regulators, while maintaining interoperability with existing Beckman Culture tubes, several high-value rotors and accessories that the laboratories that will use it already have. Title: High Performance Centrifuge CONTRACTOR REQUIREMENTS (SCOPE OF WORK) Scope of Work The National Institute of Neurological Disorders and Stroke (NINDS), Cell Biology and Biophysics Unit, performs basic research contributing to the advancing and understanding of the basic physical chemical phenomena that underpin the function of human cells in health and defined thus: "Our mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce the burdens of illness and disability." The laboratory conducts structural and functional studies on the microtubule regulating proteins and the defects in this regulation in neurodegenerative disorders. The Unit has a requirement to procure High Performance Centrifuge to be used for preparation of cytoskeletal regulators. MUST BE COMPATIBILE WITH HIGH VOLUME ROTORS, ALREADY PURCHESED AND IN USE BY OUR GROUP AND MULTIPLE RESEARCHERS, THAT WILL SHARE THE CENTRIFUGE. The centrifuges must provide years of reliable service, flexibility in applications, features to ensure safe use, and must be easy to operate, as these instruments will be shared between users from different laboratories. Centrifuges must be able to perform routine separations such as gradients and pelleting in a variety of tubes (from 1.5 ml), bottles (up to 1000 ml), microtiter plates, with a wide variety of rotors in fixed angle, swinging bucket, and continuous flow and zonal configurations. Safety features must include the automatic rotor identification to prevent rotors from being run above their maximum speed rating. User log-in profiles must also be available, to accommodate different levels of users on the centrifuges. Detailed Technical Requirements The following are the minimum specifications for the required centrifuge: 1.The centrifuge must be FORWARDS AND BACKWARDS compatible with ALL Beckman Coulter fixed-angle, swinging-bucket, and continuous flow/zonal J-series rotors. 2.Must be capable of speeds up to 26,000 rpm and forces of up to 81,770 xg. 3.No anchoring of the centrifuge is required - allows for a small installation footprint of 3 inches on the sides, and 6.25 inches in the back. Dimensions: 34"H x 34"D x 28"W. 4.The centrifuge must have a Friction Reduction System (FRS), which allows the centrifuge to produce less heat and provide superior temperature control of the sample over a range of ambient temperatures from 4° to 38°C. 5.Must have foot pedal release for door opening to allow hands free access to the chamber. 6.Must have a Switched Reluctance brushless drive for faster acceleration and deceleration, profiles - 11 accel, 12 decel rates can be set. 7.Must offer an automatic rotor identification system that prevents a rotor from being run above maximum speed rating. UNIQUE SECONDARY ROTOR ID CHECK: Dynamic Rotor Inertia Check (DRIC) --monitors the rotor inertia during acceleration and verifies that rotor energy is within range for the rotor. Will automatically recalculate speed if value is too high to prevent damage to the rotor. A diagnostic message is displayed to indicate this change. 8.Must feature a 6 liter rotor that has wide mouth opening and true 1 liter volume capability. Rotor will be a light weight design and offer aerosol protection and dual sealing via canisters and wide mouth bottles which makes sample recovery easier. Rotor must be capable of 8,000 rpm/15,900 x g. Processes up to 6 Liters of media (i.e. cells/bacteria and protein precipitates) in under ten minutes providing the shortest cycle time. 9.Harvestline System liners must be available for the 6 liter rotor. Harvestline System liners also provide disposability, ease of use, and low cost. Harvestline System liners can be sterilized (gamma irradiation), placed in a freezer with contained sample (-80degree C) for prolonged storage. Warranty Requirements A one year warranty which includes complete coverage for parts and service DELIVERY OR DELIVERABLES One time delivery within 7 days of order CONTRACTOR EXPERIENCE REQUIREMENTS - KEY PERSONNEL The contractor is expected to supply certified or trained personnel available over the phone or via e-mail to assist with the installation if necessary. Type of Contract Contemplated: Fixed Price Purchase Order Acceptance Final acceptance shall be upon the successful installation and operation of the above specified equipment, and upon the successful completion of the owner/end user staff training. Please refer to the attached Statement of Work for further detail, specifications, and evaluation criteria. FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause 52.212.-2, Evaluation - Commercial Items, is applicable to this requirement. Offers will be evaluated on (1) the capability of the system quoted and whether it meets the essential features as specified in the statement of work; (2) the government's desired delivery date of 14-16 weeks after receipt of order; and (3) price. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All responses must be received by September 26, 2014, 8:00 am EST and must reference number HHS-NIH-NIDA-(SSSA)-14-749. Responses may be submitted electronically to andriani.buck@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Andriani Buck. Fax responses will be accepted at (301) 480-1358. Contact Andriani Buck at 301-402-1677 for information regarding the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-(SSSA)-14-749 /listing.html)
 
Place of Performance
Address: National Institutes of Health, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03512916-W 20140918/140916235333-b538f1bcf6b9a84164197a288556762e (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.