Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 13, 2021 SAM #7016
SOURCES SOUGHT

66 -- Fast Protein Liquid Chromatograph (FPLC) system

Notice Date
2/11/2021 4:26:34 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26021Q0287
 
Response Due
2/17/2021 2:00:00 PM
 
Archive Date
03/19/2021
 
Point of Contact
Dane Gift, Contract Specialist, Phone: 360-816-2762
 
E-Mail Address
Dane.Gift@va.gov
(Dane.Gift@va.gov)
 
Awardee
null
 
Description
Sources Sought The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers (SB), other Small Businesses interested and capable of providing items requested, as well as any large businesses. The results from this source sought notice will be used to determine set-aside. The intended contract is a firm-fixed price supply purchase. The SBA Non-Manufacturer Rule (NMR) is not applicable, as the NAICS Code (334516) and PSC (6640) combination carries an NMR class waiver. The Department of Veterans Affairs, NCO20 is looking for BRAND NAME or EQUAL sources of the following: MFG PN Item Qty 29018227 AKTA Pure 25 M1® 1 29128116 UNICORM 7.0 WrkStn Pure BP exp 1 29011355 Common Valve V9 CS 1 column 1 29027745 Sample pump S9 1 29011362 Fraction Collector F9 R 29023250 AKTA Pure M 24M Warranty 1 Salient Characteristics: The AKTA Pure 25 M1® Fast Protein Liquid Chromatograph is manufactured by Global Life Sciences Solutions USA, LLC. and allows for flexible and intuitive chromatography system for fast purification of proteins, peptides, and nucleic acids from microgram to gram levels of target product. It is able to support affinity chromatography, size exclusion chromatography (SEC, also known as gel filtration), ion exchange chromatography, hydrophobic interaction chromatography, and reversed phase chromatography (RPC). The equipment must meet the minimum of the following: FPLC system to separate biologically functional proteins and peptides using saline buffers instead of solvents. A Flow rate of 0.001-25 mL/min. Ability to perform automatic multi-step purification. Purification range from microgram to gram levels of target product. Maximal operating pressure of 2900 psi. Applicable sample volume should be µL to mL ranges. Potential contractors shall provide, at a minimum, the following information to dane.gift@va.gov. 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 334516 Analytical Laboratory Instrument Manufacturing. To be considered a small business your company must have fewer than 1,000 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. 5) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. 6) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic specified in this sources sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. (c) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination. (d) This equipment will need to be connected to the VA network, so interested parties should fill out the attached VA Form 6500 and submit that along with your courtesy quote. Responses are due by 2/17/2021 5:00 PM EST, to the Point of Contact. Shipping Address: Puget Sound VA Health Care System 1660 S. Columbian Way Seattle, WA 98108 Point of Contact: Dane Gift Contracting Specialist Dane.Gift@va.gov 360-816-2762
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bd7710d0b9984ddb8b5e075e0ba4df5c/view)
 
Place of Performance
Address: Department of Veterans Affairs Puget Sound VA Healthcare System 1660 S. Columbian Way, Seattle, WA 98446, USA
Zip Code: 98446
Country: USA
 
Record
SN05915385-F 20210213/210211230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.