Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
SOLICITATION NOTICE

66 -- Fast protein liquid chromatography - FDA2SOL1194804

Notice Date
3/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services - Rockville, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001, United States
 
ZIP Code
20857-0001
 
Solicitation Number
FDASOL21194804
 
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
Fast protein liquid chromatography RFQ-1194804 DESCRIPTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 separate written solicitation will not be issued. This solicitation is a Request for Quote (RFQ) using FAR Parts 12 and 13 procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. The North American Industry Classification System (NAICS) code for the proposed acquisition is 334516, Analytical Laboratory Instrument Manufacturing. The solicitation is intended for full and open. SUPPLIES OR SERVICES AND PRICES/COSTS CLIN Description Price 0001 Fast protein liquid chromatography $ 0002 Training/Installation $ 0003 Shipping $ 1001 Option Year 1 Maintenance $ 2001 Option Year 2 Maintenance $ 3001 Option Year 3 Maintenance $ Total Cost $ SCOPE The purpose of this acquisition is to obtain a Fast protein liquid chromatography (FPLC) that can allow purification of proteins contained in preparations of crude cell cultures. The yields of the pure proteins are expected to be in microgram to gram levels. The FPLC system shall be flexible to accommodate various purification techniques, reliable and user-friendly. The size of the FPLC shall be less or equivalent to current FPLC system so as to be accommodated in the available lab space. Also to include 3 additional option years for maintenance. The Contractor shall meet the following salient characteristics to be deemed technically acceptable: • The new FPLC shall be a flexible and intuitive chromatography system for fast purification of proteins, peptides and nucleic acids, from microgram to grams levels • The system shall be able to support affinity, size exclusion, ion exchange, and hydrophobic interaction chromatographic applications and the various column sizes used in these applications • Shall have a customizable system, can be upgraded as research needs develop • The FPLC software shall provide a simple, user-friendly, and flexible preprogrammed method templates and total system control to simplify experimental set-ups • Unit shall be capable of adjustable flow rate from 0.001 to 25 ml/minute without interference to the UV output • Unit shall have a maximum pressure of 20 MPa with dynamic pressure flow regulation from 0 to 20 MPa, without requiring stopping the run to manually adjust flow for pressure anomalies • The unit shall have a 5-position column valve with built in pressure monitor and reverse flow capability to allow for monitoring of pressure over the analytical columns • Pump heads shall be made with titanium pump heads, which are not susceptible to prolonged exposure to acid and base, and will guarantee longevity and superior pump flow performance over the entire system flow rate range • Shall have a 280 nm UV detector which does not contribute to sample heating and requires no warm up time • UV source shall be an LED light source rated for 20,000 hours of use • Unit shall be equipped with at least four inlet positions to enable automatic system and column cleaning while running overnight • Unit shall have a fraction collector that can collect samples in a variety of vessels such as tubes or microplates • The system shall have the ability for the user to visualize collection data in real-time and interact with the variables in a manual mode to make collection adjustments without stopping or interrupting the run • The entire system shall be warranted for parts and labor for a minimum of 1 year from date of acceptance • The contractor shall demonstrate upon installation that the item meets or exceeds all performance specifications • The contractor shall provide on-site operator training/familiarization for at least four (4) attendees to include system operations, calibration, optimization, trouble-shooting and basic operational maintenance procedures PERFORMANCE AND DELIVERABLES Place of Delivery 10903 New Hampshire Ave. Building 52/72, Room 3360 Silver Spring, MD, 20993 CONTRACT ADMINISTRATION The contact information for the FDA Contracting Officer's Representative is: TBD The contact information for the FDA Contract Specialist is: TBD The contact information for the FDA Contracting Officer is TBD INVOICE INSTRUCTIONS Proper invoice submission includes following the invoice instructions below. The Contractor shall submit all invoices in the manner specified below: The Contractor shall submit one original copy of each invoice to the address specified below: Office of Financial Services Food and Drug Administration 10903 New Hampshire Avenue W032-Second Floor Bldg. 32, Rm. 2162, Mail Hub 2145 Silver Spring MD 20993-0002 Attn: Vendor Payments Phone: (301) 827-3742 or (866) 807-3742 Email: fdavendorpaymentsteam@fda.gov Invoices submitted under this order must comply with the requirements set forth in FAR 52.232-33 (Payment by Electronic Funds Transfer - Central Contractor Registration) and the other applicable FAR clauses specified herein. To constitute a proper invoice, the invoice must be submitted on company letterhead and include each of the following: (I) Name and address of the contractor; (II) Invoice date and Invoice number; (III) Purchase Order/Award Number; (IV) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed, including: (a) period of performance for which costs are claimed; (b) itemized travel costs, including origin and destination; and (c) any other supporting information necessary to clarify questionable expenditures; (V) Shipping number and date of shipping, including the bill of lading number and weight of shipment if shipped on government bill of lading; (VI) Terms of any discount for prompt payment offered; (VII) Name and address of official to whom payment is to be sent (must be the same as that in the purchase order/award, or in a proper notice of assignment) (VIII) Name, title and phone number of person to notify in event of a defective invoice; (IX) Taxpayer Identification Number (TIN); (X) Electronic Funds Transfer (EFT) banking information, including routing transit number of the financial institution receiving payment and the number of the account into which funds are to be deposited; (XI) Name and telephone number of the COR or other program center/office point of contact, as referenced on the purchase order; and, (XII) Any other information or documentation required by the purchase order/award. Questions regarding invoices shall be directed to the FDA at the telephone numbers provided above. INSTRUCTIONS TO OFFERORS COVER PAGE Offeror shall include a cover page which shall include a point of contact (name, telephone number, and email address). Dun and Bradstreet (DUNS) number, country of manufacturing of equipment, and certification that all company information listed in the System for Award Management (SAM) database is complete, accurate, and current. Offerors shall submit a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. Offerors shall ensure the solicitation number is visible in the subject line of the email transmission of their quote. The award will evaluated and awarded as Lowest Price Technically Acceptable. Faxed quotes will not be accepted. Offerors Response Date and Time All quotes shall be submitted via email to Telisha.Wilson@fda.hhs.gov by or before 10:00 AM Eastern Time on March 16, 2018 with the subject titled "Requisition 1194804". Quotes must be valid through September 30, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDASOL21194804/listing.html)
 
Record
SN04851811-W 20180314/180312231829-00f38314b27e0a54207964745b2b4250 (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  © 1994-2020, Loren Data Corp.