Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2016 FBO #5341
SOLICITATION NOTICE

66 -- HPLC System - 16Q0827 HPLC System

Notice Date
7/6/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS), 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HU0001-16-Q-0827
 
Archive Date
8/31/2016
 
Point of Contact
Andrew E. Lee, Phone: 3012951914
 
E-Mail Address
andrew.lee@usuhs.edu
(andrew.lee@usuhs.edu)
 
Small Business Set-Aside
Total Small Business
 
Description
16Q0827 Required Provisions 16Q0827 Provisions and Clauses (P&C) 16Q0827 Required CLIN Structure 16Q0827 Request for Quotes (RFQ) * Refer to the attachments for the complete detail General Overview: The Uniformed Services University of the Health Sciences (USU) is the Nation's federal health sciences university and is committed to excellence in military medicine and public health during peace and war. We provide the Nation with health professionals dedicated to career service in the Department of Defense and the United States Public Health Service and with scientists who serve the common good. We serve the uniformed services and the Nation as an outstanding academic health sciences center with a worldwide perspective for education, research, service, and consultation; we are unique in relating these activities to military medicine, disaster medicine, and military medical readiness. USU is located in Bethesda, MD on the grounds of the Naval Support Activity Bethesda. Additional information regarding USU can be found on our website: www.usuhs.mil. USU has a requirement for an HPLC quaternary system. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for quotes (RFQ) for commercial items in accordance with the procedures of FAR part 12 Acquisition of Commercial Items and FAR part 13 Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-88-1 (June 15, 2016) and Defense Federal Acquisition Regulation Supplement (DFARS) (June 7, 2016). This requirement is set-aside for small business concerns under NAICS code 334516 Analytical Laboratory Instrument Manufacturing with a size standard of 1,000 employees. In order to be eligible for award, offerors must be registered in https://www.sam.gov with completed Representations and Certifications (Reps & Certs) section by the close date of the solicitation. This requirement is exempt from the non-manufacturer rule. Offerors responding to this requirement may provide quotes for an HPLC system manufactured by small or other-than-small business concerns. Specifications: Required Specifications Offerors responding to this RFQ must submit a quote for an HPLC quaternary system meeting the following required specifications. Required SpecificationsJustification a.One quaternary gradient mixing pump with built-in degasser.One quaternary gradient mixing pump with build-in degasser save space, which is better than separate degasser case. b.Supports pressures up to 620 bar (9,000 psi).Pressure ~ 600 bar is the upper-limit, USU regularly use 300 to 400 bar but sometimes require higher pressures. c.Offers a flow rate of 0.2 ml to 10 ml/minute with +/- 1% flow accuracy.Flow rate requires a range from 0.2 to 10 ml per minute for optimal run with different flow rate. d.Detector data collection rates up to 100Hz.Detection data collection rates up to 100 Hz for timely detection. e.Injection cycle time as low as 15 seconds.For quick injection cycles. f.Four built-in solvent degassing channels.This compartment is basic requirement for our test. g.One WPS-3000(T)SL Analytical autosampler.Analytical autosampler is important part for every day sample quality control. h.One TCC-3000SD column compartment.This compartment is basic requirement for our test. i.One DAD-3000 detector.This compartment is basic requirement for our test. The Government may consider purchasing installation, training, and extended warranty. No Government-furnished equipment or supplies will be provided to the selected contractor for installation or training. Installation and training must be coordinated with the technical end-user, who will be identified in the purchase order (PO), and conducted during normal Government business hours (Monday through Friday 8:00AM local time to 4:00PM local time, excluding Federal holidays). The desired delivery date is August 31, 2016. Offerors should note the expected delivery and installation timelines in their quotes. Evaluation / Award Detail: The Government intends to award a single firm-fixed priced (FFP) purchase order to the offeror representing the best value to the Government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The Government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the highest technically rated offeror. The Government reserves the right to award without discussions. Evaluation Factors (in order of importance): 1.Technical. Offerors must provide product literature, which demonstrates the capabilities of the quoted item(s). At a minimum the product literature must demonstrate how the quoted item meets the required specifications and the desired specifications quoted. Information on warranty, installation, training and delivery lead-time must be included in the quote submission and will be evaluated. The Government reserves the right to utilize technical (e.g. trade magazines) and customer reviews/references, if deemed necessary, as part of the technical evaluation for the quoted item(s). 2.Price. Offerors must include all applicable costs, such as components, installation, and shipping, in their quote. The total quoted price will be the evaluated price. 3.Past Performance. IAW DFAR subpart 213.106-2, the Government will consider data available in the statistical reporting module of the Past Performance Information Retrieval System (PPIRS-SR). Offerors without a record of relevant past performance information in PPIRS-SR for the FSC or PSC being procured, will not be evaluated favorably or unfavorably for its past performance history. In addition to providing the product literature, offerors must also submit a copy of the completed CLIN Structure Excel spreadsheet [refer to the RFQ attachments]* in the quote package. Those offerors who fail to provide this copy in the quote package may be deemed nonresponsive: CLIN 0001: HPLC quaternary system * 1. REQUIRED SPECIFICATIONSQuoted SpecificationsReference Page No. in the Quote Package / Product Literature a.One quaternary gradient mixing pump with built-in degasser. b.Supports pressures up to 620 bar (9,000 psi). c.Offers a flow rate of 0.2 ml to 10 ml/minute with +/- 1% flow accuracy. d.Detector data collection rates up to 100Hz. e.Injection cycle time as low as 15 seconds. f.Four built-in solvent degassing channels. g.One WPS-3000(T)SL Analytical autosampler. h.One TCC-3000SD column compartment. i.One DAD-3000 detector. 2. Basic Warranty 3. Extended Warranty (Up to five years) 4. Country of Manufacture *Complete and return the CLIN Structure attachment. Offerors must also submit the following with their quote, if not completed in SAM registration: 1.Completed copy of provision 52.209-2**, 2.Completed copy of provision 252.209-7991**, 3.Completed copy of provision 252.225-7035**, and 4.Estimated delivery lead-time. **Complete and return the Required Provisions attachment. See attached list for applicable provisions and clauses for this requirement. Quoted items must be new. Quotes for refurbished equipment will not be considered. Offerors must also indicate in quote where item is manufactured. Items will be shipped to Bethesda, MD. Deadlines: Questions/clarifications regarding this solicitation must be submitted via email to andrew.lee@usuhs.edu by 2:00PM ET on July 12, 2016. Any question received after 2:00PM ET on July 12, 2016 will not be answered. Questions will not be answered over the phone or submitted by any other means. All questions will be answered in an amendment to the solicitation posted on or around July 13, 2016. Quote packages are due by 10:00PM Eastern Local Time on July 14, 2016. Quotes must be submitted via email to andrew.lee@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Offerors will receive an email confirmation that they quote was received and whether it was on time or late within two (2) business days. Quote packages should include a cover sheet that provides the following information: a.Official Company Name; b.Point-of-contact (PoC), including name, email address, and phone number; c.DUNS Number; d.Statement that acknowledges the latest amendment number-only if an amendment had been issued for this RFQ. Failure to acknowledge the most recent amendment number, may render an offeror's quote non-responsive; and e.Preferred method of payment (Visa or EFT).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a8f26c3a21ccb00ca604809ecffcc33d)
 
Place of Performance
Address: 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN04172236-W 20160708/160706234548-a8f26c3a21ccb00ca604809ecffcc33d (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.