SOLICITATION NOTICE
66 -- Teledyne ISCO Flash System
- Notice Date
- 5/23/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 3155, MSC 9593, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-NOI-2016-323
- Archive Date
- 6/14/2016
- Point of Contact
- Stacey M Polk,
- E-Mail Address
-
spolk@nida.nih.gov
(spolk@nida.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-NOI-2016-323 and the solicitation is issued as a Combined Synopsis Solicitation, Notice of Intent, to award a contract on a noncompetitive basis to Teledyne Instruments, Inc. located at 4700 Superior St. Lincoln, NE 68504 REGULATORY & STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 13.106-1, only one responsible source and no other supplies or services will satisfy agency requirements, and FAR Part 12--Acquisition of Commercial Items 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-2, dated May 16, 2016. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 334513 with size standard of 750 Employees. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The non-competitive determination is based upon the market research conducted as prescribed in FAR Part 10--Market Research. A Sources Sought Notice was posted to FedBizOpps referencing the detailed requirements and no responses were received from other vendors. The results of market research concluded that only Teledyne Instruments, Inc. is capable of meeting the needs of this requirement for the purposes of continuity of science and equipment compatibility. As the required equipment shall support sensitive on-going research activities, it is imperative that the equipment acquired be the same as the equipment currently in use. The following ongoing projects have been used on our existing 11 Teledyne Isco systems: DDeath, 5-hLO, KDM5, hPKM2, RUC1, IRAK4, LCAT, LDHA, GALK, OGT inhibitors, HCV, CD47, IDH1, TRND CBF Paul Liu project, BrIDGs STEMI Rockefeller University project, TRND malaria Williamson, TRND FOP MGH project, and TRND DIRC. As such, in order to maintain consistency of data and protocols, the same unit must be purchased. We are currently using the ISCO6158 and ISCO1705 and require an additional unit. This new system is identical to two of our existing units and has all of the unique features that our other nine units have. The basic functions of requested equipment are the same as all existing 11 units. Our existing software, protocols, consumables, and waste supplies are compatible with this new CombiFlash Rf+ system. Thus, only Teledyne Isco can deliver this item. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. 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. DESCRIPTION OF REQUIREMENT Purpose and Objectives The purpose of this contract is to procure a flash chromatography system that provides improved productivity while maintaining consistency in data and protocols. Project Description Contractor Requirements: The contractor will provide the following: 1CombiFlash Rf Plus UV Automated Flash Chromatography System with the following specifications: a.System dimensions: up to 24" x 14.1" x 17" b.Solvent Management to columns from drying and waste containers from hazardous overflows. c.Touch screen: ≥10.4" (26.7 cm) puts the most used controls on a single, easy to read display. d.Fraction Collection: 13x100 mm tubes ≥216, 16x125/150 mm tubes ≥150, 18x150/180 mm tubes ≥ 140, 25x150 mm tubes ≥ 60, 40 mL scintillation vials ≥60, 20 mL scintillation vials ≥ 54, 480 mL bottles ≥ 12. e.RFID (Radio Frequency Identification) identifies columns and loads the appropriate method for the best separation; tracks the number of runs on the column as well as the last solvent used f.RFID identification of fraction collection racks sets the maximum fraction size to prevent overflows. g.Injection valve: wide bore, straight plumbing, and self-cleaning to prevent clogs h.Networking: allows connection to the monitor and remotely controls experiment, analyzes data, and print to network printers. i.Rapid column air purge to prevent solvent from being discarded with the used column. j.TLC Rf to Gradient calculator to determine optimal separation parameters while minimizing run time. k.Built-in method-scaling; scale up to a 1500g column run on a Companion XL. l.Back pressures to 200 psi for improved separations. m.One-year parts and labor warranty. n.Installation 2.Test Tube Rack 16 X 100mm (Set of 2) 3.38mm Waste Cap 4.Inlet Cap 5.TestKit 6.Chrom Hardware Installation The following base package of columns must also be included: 692203334 15.5g Gold C18 Column (3 cases) 692203335 30g Gold C18 column (3 cases) 692203337 100g Gold C18 column (3 cases) 692203341 415g Gold C18 column (2 cases) 692203411 13 gram C18, pkg. of 1 (3 cases) 692203413 43 gram C18, pkg. of 1 (3 cases) 692203414 130 gram C18, pkg. of 1 (3 cases) 693873248 Sample load prepacked C18 cartridges, 12 gram, pkg. 4. (3 cases) 692203345 12 gram RediSep Rf Gold Silica Gel columns, pkg. 14. (4 cases) 692203346 24 gram RediSep Rf Gold Silica Gel columns, pkg. 10. (4 cases) 692203347 40 gram RediSep Rf Gold Silica Gel columns, pkg. 10. (4 cases) 692203348 80 gram, RediSep Rf Gold Silica Gel columns, pkg. 6. (4 cases) 692203349 120 gram, RediSep Rf Gold Silica Gel columns, pkg. 6. (4 cases) 692203359 220 gram, RediSep Rf Gold Silica Gel columns, pkg. 4. (4 cases) 692203369 330 gram, RediSep Rf Gold Silica Gel columns, pkg. 3. (4 cases) 692203304 RediSep Rf Flash columns, 4 gram, pkg. 20. (4 cases) 692203312 RediSep Rf Flash columns, 12 gram, pkg. of 20 (4 cases) 692203324 RediSep Rf Flash columns, 24 gram, pkg. of 15 (4 cases) 692203340 RediSep Rf Flash columns, 40 gram, pkg. of 15 (4 cases) 692203380 RediSep Rf Flash columns, 80 gram, pkg. of 12 (4 cases) 692203320 RediSep Rf Flash columns, 120 gram, pkg. 10. (4 cases) 692203330 RediSep Rf Flash columns, 330 gram, pkg. 4. (3 cases) 693873240 Universal RediSep Solid Load Cartridges, Empty; 25 gram, pkg. of 30 (4 cases) 693873225 Universal RediSep Solid Load Cartridges, Empty; 65 gram, pkg. of 12 (4 cases) 693873241 Universal RediSep Solid Load Cartridges, Prepacked; 25 gram, pkg. of 15 (3 cases) 693873310 Universal RediSep Solid Load Cartridges, Prepacked; 32 gram, pkg. of 12 (3 cases) 693873226 Universal RediSep Solid Load Cartridges, Prepacked; 65 gram, pkg. of 12 (3 cases) 693873311 Universal RediSep Solid Load Cartridges, Prepacked; 125 gram, pkg. of 4 (3 cases) Delivery/Period of Performance Within 15 business days ARO Contract Type A firm fixed price purchase order within the Simplified Acquisition threshold is anticipated. Payment shall be remitted using Electronic Funds Transfer on a NET30 basis. RESPONSE INSTRUCTIONS Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. Offerors must provide both 1) a technical response and 2) a separate price quote. 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. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; and maintenance availability. APPLICABLE TERMS AND CONDITIONS INCORPORATED BY REFERENCE The following FAR clauses and provisions shall apply to this solicitation: 1.All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2.FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (March 2016) apply to this acquisition. 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." CLOSING STATEMENT All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by the closing date of this announcement must reference solicitation number HHS-NIH-NIDA-SSSA-NOI-2016-323. Responses shall be submitted electronically to Stacey Polk, Contract Specialist, at Stacey.polk@nih.gov. U.S. Mail and Fax responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-NOI-2016-323/listing.html)
- Place of Performance
- Address: National Institutes of Health, 9800 Medical Center Drive, Bethesda, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN04126327-W 20160525/160523234932-4ff44979b68b147df29318f048fbea94 (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 |