Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2022 SAM #7694
SOLICITATION NOTICE

65 -- Acquisition of FPLC for Protein Purification

Notice Date
12/19/2022 6:54:38 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
 
ZIP Code
20817
 
Solicitation Number
NICHD-23-044
 
Response Due
1/4/2023 6:00:00 AM
 
Archive Date
01/19/2023
 
Point of Contact
Amber Harris, Fax: 3014803278
 
E-Mail Address
amber.harris@nih.gov
(amber.harris@nih.gov)
 
Description
�� � �� �COMBINED SYNOPSIS / SOLICITATION WORKFORM (1)�� �Action Code: �Combined Synopsis/Solicitation (2)�� �Date: 12/19/2022 (3)�� �Year: 2023 (4)�� �Contracting Office Zip Code: 20892 (5)�� �Project Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES EQUIPMENT AND SUPPLIES (6)�� �Contracting Office Address: 6710B Rockledge Drive Bethesda, MD 20892 (7)�� �Subject/Title: Acquisition of FPLC for Protein Purification� (8)�� �Proposed Solicitation Number: NICHD-23-044 (9)�� �Closing Response Date: 1/4/2023 (10)�� �Contact Point: Amber Harris (11)�� �Contract Award and Solicitation Number: TBD (12)�� �Contract Award Dollar Amount: TBD (13)�� �Contract Line Item Number(s): TBD (14)�� �Contractor Award Date: TBD (15)�� �Contractor Name: TBD (16)�� �Description: (Background) (i)�� ��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; quotes are being requested and a written solicitation will not be issued.�� (ii)�� �The solicitation number is NICHD-23-044 and the solicitation is issued as a request for quote (RFQ). (iii)�� �The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08 effective 10/28/2022. (iv)�� �The associated NAICS code is 334516, Analytical Laboratory Instrument Manufacturing, and the small business size standard is 1,000. �The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13.� (v)�� �The Contractor Requirements are listed below: 1.0�� �PURCHASE ORDER TITLE Acquisition of a FPLC for Protein Purification �� ��� � 2.0�� �BACKGROUND The mission of the National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) is to conduct and support medical research and research training and to disseminate science-based information on diabetes and other endocrine and metabolic diseases; digestive diseases, nutritional disorders, and obesity; and kidney, urologic, and hematologic diseases, to improve people�s health and quality of life.� Research in the Rodgers Lab at the NIDDK involves routine expression and purification of proteins that comprise fundamental components of ribonucleoproteins. Fast protein liquid chromatography (FPLC) has revolutionized protein purification. FPLC is a form of medium pressure chromatography that uses a pump to control the flow of a liquid mobile phase over a stationary phase. This approach has been used in the purification of proteins and protein complexes from complex mixtures such as bacterial or eukaryotic lysates. Protein purity is an essential component to all biochemical and biophysical research. Most instruments (also known as FPLCs) consist of a pump, a UV detector, a conductivity meter and a fraction collector that operate at medium pressures (>24 MPa). Additional features can also improve the purification of target proteins such as sample pumps, buffer blending valves that facilitate the generation of buffer gradients and column switching valves that allow for multiple sequential purification steps using multiple column types. �� �� 3.0�� �OBJECTIVE The objective of this acquisition is to procure a Bio-Rad NGC Quest FPLC for protein purification in the Rodgers lab. Researchers can use this all-in-one instrument to monitor their protein of interest during the purification scheme to improve purification efficiency and to ensure sample quality. 4.0 �� �SALIENT / REQUIRED FEATURES AND SPECIFICATIONS �� ��� �Bio-Rad NGC Quest FPLC (features to include): 1.�� �Dual Pump Set-up with included Buffer Blending that can achieve 10ml/min flowrate 2.�� �Column Switching Valve allowing for simultaneous mounting of up to 5 columns 3.�� �Manual Injection Module 4.�� �Air Sensing Module to prevent introduction of air into the buffer lines that can irreparably damage columns 5.�� �Independent Sample Pump Module for application of large volumes on column.� 6.�� �Fraction Collector for sample collection Each of the above criteria is required of an instrument that is capable of purifying proteins or RNAs for the biochemical and biophysical experiments performed in the Rodgers lab. Purification of individual components is essential to study ribonucleoprotein assembly in vitro in biochemical depth.� �� � Independently, and not as an agent of the Government, the contractor shall provide equipment and delivery services for Miroshnikova Lab Specifically, the NIDDK requires completion of the following tasks: Task Area 1 � Delivery Timelines � Contractor shall delivery the equipment 4 - 8 weeks after receipt of order (ARO).� Task Area 2 � Shipping Instructions � Contractor shall deliver the equipment to: National Institutes of Health 9000 Rockville Pike Building 8, Room 203 Bethesda MD, 20892 Task Area 3 � Installation Requirements � Contractor shall provide installation services for the equipment delivered to and installed in the Rodgers lab. The contractor shall demonstrate upon installation that the item meets or exceeds all performance specifications. Task Area 4 � Software, Warranty and Maintenance Requirements � Contractor shall provide Chromlab software for the FPLC. The FPLC software shall provide a simple, user-friendly, and flexible preprogrammed method templates and total system control to simplify experimental set-ups. The entire system shall be warranted for parts and labor for a minimum of 1-year from date of acceptance.� Task Area 5 � Training Requirements � Contractor shall provide on-site operator training to the Rodgers lab (2-4 people) discussing the features of the instrument including system operations, calibration, optimization, trouble-shooting and basic operational maintenance procedures. (to be scheduled ARO).� 5.0�� �PURCHASE ORDER TYPE This Purchase Order is to be a firm fixed price.� 6.0�� �INSPECTION AND ACCEPTANCE Inspection and acceptance will be performed at the place of installation - National Institutes of Health, NIDDK, 9000 Rockville Pike, Maryland 20892. (i)�� �This is a competitive requirement being pursued through the authority granted in FAR 52.211-6, Brand Name or Equal. This is a requirement for a BIO-RAD LABORATORIES NGC Quest FPLC for protein purification.� (ii)�� �Period of Performance: �Delivery within 60 Days of Award (viii)�� �The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (iii)�� �The provision at FAR clause 52.212-2, Evaluation � Commercial Items, is applicable. �Award will be made to the contractor providing the most advantageous quote to the Government. �Technical factors and price considered with technical factors outweighing price. � Specifically, the following technical factors will be evaluated: i.�� �The award will be made to the contractor who provides the most advantageous quote to the Government and will be evaluated via a comparative analysis of the quotes provided, technical factors and price considered. The technical factors are as follows: Bio-Rad NGC Quest FPLC (features to include): ��� �Dual Pump Set-up with included Buffer Blending that can achieve 10ml/min flowrate ��� �Column Switching Valve allowing for simultaneous mounting of up to 5 columns ��� �Manual Injection Module ��� �Air Sensing Module to prevent introduction of air into the buffer lines that can irreparably damage columns ��� �Independent Sample Pump Module for application of large volumes on column. ��� �Fraction Collector for sample collection Delivery Timelines � Provide delivery of equipment 4 � 12 weeks after receipt of order.� Installation Requirements � Provide installation services for the equipment delivered to and installed in the Rodgers lab. The contractor shall demonstrate upon installation that the item meets or exceeds all performance specifications. Warranty Requirements � Provide entire system warranty for parts and labor for a minimum of 1-year from date of acceptance.� Training Requirements � Provide on-site operator training to the Rodgers lab (2-4 people) discussing the features of the instrument including system operations, calibration, optimization, trouble-shooting and basic operational maintenance procedures. (to be scheduled ARO). ii.�� �The Contracting Officer will make a price reasonableness determination on technically acceptable quotes.� (x)�� �FAR clause 52.212-3, Offeror Representations and Certifications � Commercial Items, is applicable. �An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision. � (xi)�� �FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. (xii)�� �FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items, applies to this acquisition. �Including the following clauses and Prohibitions: i.�� �52.219-28, Post Award Small Business Program Representation ii.�� �52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). iii.�� �52.222-21, Prohibition of Segregated Facilities iv.�� �52.222-26, Equal Opportunity v.�� �52.222-36, Equal Opportunity for Workers with Disabilities vi.�� �52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496) vii.�� �52.222-50 Combating Trafficking in Persons viii.�� �52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving� ix.�� �52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83) x.�� �52.225-13, Restrictions on Certain Foreign Purchases Additional Clauses: i.�� �52.232-33, Payment by Electronic Funds Transfer� System for Award Management (Jul 2013) (31 U.S.C. 3332) ii.�� �FAR 52.211-6, Brand Name or Equal (xiii)�� �Additional Contract Requirements: None (xiv)�� �The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable.� (xv)�� �Offers shall be submitted via email to amber.harris@nih.gov (17)�� �Place of Contract Performance:� �� �National Institute of Health, NIDDK �� �8 Center Drive Bethesda, MD 20892 (18)�� �Set-aside Status: This is not applicable to this requirement. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5b5f46d0d75a40a9b0b494cbe00c1867/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06547023-F 20221221/221219230106 (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.