SOURCES SOUGHT
66 -- AKTA Avant 25 - FDA-SS-1151018
- Notice Date
- 6/12/2015
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- FDA-SS-1151018
- Point of Contact
- Telisha Wilson, Phone: 2404027572
- E-Mail Address
-
telisha.wilson@fda.hhs.gov
(telisha.wilson@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- AKTA Avant 25 TITLE: Sources Sought Notice FDA SS-1151018 This is a SOURCES SOUGHT NOTICE to determine the availability of potential small businesses (e.g., 8(a), service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, veteran-owned small business, and women-owned small business) in accordance with FAR 7.104(d). The potential small business will need to demonstrate the capability to perform all facets of the work described below. The sole intent of this Sources Sought Notice is to obtain capabilities for set-aside and procurement planning purposes. The North American Industry Classification System (NAICS) code for the proposed acquisition is 334516, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 500 employees. This is not an invitation for bid, request for proposal, or other solicitation, and in no way obligates the Food and Drug Administration (FDA) to award a contract. BACKGROUND: The Food and Drug Administration's Office of Acquisitions and Grants Services have a requirement to purchase an AKTA Avant 25 or equivalent FPLC purification system with accessories and service options. The technical specifications: • Avant 25/FPLC system abilities • Shall contain a dedicated sample pump with pressure up to 10MPa • Flow rates of up to 25 ml/min • Dedicated sample injection valve allowing >5 separate sample lines for multiple injections • Air sensor on sample pump to prevent injection of air into system • Shall be able to monitor at least 3 wavelengths at the same time (254, 280, 410) • Shall be able to monitor pH in line • Shall have multiple buffer lines with quaternary mixing capabilities (i.e. Pump A and Pump B) • Should have at least 8 buffer lines on each pump head • Buffer pump pressure of at least 20MPa • Shall contain temperature controlled fraction collection compartment • Shall maintain temperatures 6-28 degrees Celsius • Shall have interchangeable racks to collect samples in 15ml tubes, 50ml tubes, and 96 well plates • Shall operate on minimally Unicorn v6.1 software but prefer v6.3 Proposal shall include the following accessories or equivalent parts: Description Quantity Cassette for 96 well plate 4 Cassette for 3 mL tubes 6 Cassette for 8 mL tubes 6 Cassette for 15ml tubes 6 Cassette for 50ml tubes 6 Bottle holder 1 Cassette tray 1 Flexible column holder 1 Complete tubing kit 1 200 mL Mabselect SuRe LX 1 200 mL Mabselect SuRe 1 100 mL Capto Adhere ImpRes 1 100 mL capto core 700 1 100 mL capto MMC Impres 1 100 mL capto MMC 1 XK 16/20 columns 2 HiScale 16/20 colums 2 packing reserviors 1 Tricorn 5/150 columns 3 5/150 empty tube 1 spanner wrench 1 acc. Kit for HIScale 1 tubing kit 2 50 mL superloop 2 10 mL superloop 2 adapter kits for end pieces 1 Maintenance/Service/Training/Warranty • Installation will be considered complete once all installation qualification tests have been successfully completed and all passwords and usernames have been set up and provided to the FDA • 1 to 3 day On-site training should be included in the price • Warranty should cover all parts and installation for at least 1 year. • Fullcare service plan or equivalent shall be included as option years that can be purchased for up to 4 years after base award. • Plan to include at least 1 PM and all repairs for 1 calendar year • Shall include all travel, labor, and parts Delivery Location: Food & Drug Administration, 10903 New Hampshire Avenue, Bldg 10, Room 1066, Silver Spring, MD 20993 Please provide the follow Business information: 1. DUNS Number 2. Company Name 3. Company Address. 4. Company Point of Contact, phone number and email address 5. Type of company under NAICS, as validated via the System for Award Management (SAM). Additional information on NAICS codes can be found at www.sba.gov. Any potential government contract Shall be registered on the SAM located at http://www.sam.gov/index.asp. 6. Corporate structure (corporation, LLC, sole proprietorship, partnership, limited liability partnership, professional corporation, etc.); 7. Current GSA Schedules appropriate to this Sources Sought 8. Current Government Wide Agency Contracts (GWACs) 9. Point of Contact, phone number and email address of individuals who can verify the demonstrated capabilities identified in the responses. Interested parties having the capabilities necessary to provide the stated requirements may submit capability statements via email or regular mail to the point of contact listed below. Responses Shall be received not later than 3:00 PM EST, June 22, 2015. Capability statements will not be returned and will not be accepted after the due date. Documentation should be emailed to: Telisha.Wilson@fda.hhs.gov with subject line titled "Sources Sought 1151018".
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SS-1151018/listing.html)
- Record
- SN03763631-W 20150614/150612235817-abbdf4709553e512299a6ea19feffb90 (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 |