Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 22,1997 PSA#1997

DHHS, PHS, CDC, NIOSH, ALOSH, 1095 Willowdale Rd., Morgantown, WV 26505-2888

66 -- HIGH PERFORMANCE LIQUID CHROMATOGRAPH SOL RP98-005 DUE 011398 POC Brenda Goodwin, 304/285-5882/Contracting Officer, Rex S. Wolfe, 304/285-5883 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; BIDS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is issued as Request for Proposal No. RP98-005. This procurement is being issued unrestricted. The Standard Industrial Classification is 3826 with a size standard of 500. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-46. The Government requires a high performance liquid chromatograph, quarternary gradient capability with low pressure mixing. The successful offeror shall furnish and install at the National Institute for Occupational Safety and Health (NIOSH), 1095 Willowdale Road, Morgantown, WV a system with components capable of meeting the specifications below. SPECIFICATIONS: The project involvestreatment of cell cultures with powerful environmental carcinogens and determination of gene expression and genetic damage. Normal human bronchial and mammary epithelial cells provide an important model system for the investigation of mechanisms of human chemical carcinogenesis. This project seeks to determine the principal genetic and epigenetic changes wrought by chemical carcinogens found in the workplace. Markers of early damage include the formation of chemical-adducts in the genetic material (DNA). Cutting-edge technology to assess the impact of environmental and occupational exposures on the expression of scores of genes simultaneously will be used. At one level these studies will assist in our understanding of mechanisms of human chemical carcinogenesis; at another, more advanced level, these studies have the potential to lead to the development of markers of exposure; and thereby assist in development of strategies for early detection and intervention. Needed is an instrument with quarternary gradient capability. The delivery system must adopt low pressure mixing with gradient and solvent blending capability of up to 4 solvents. It must be self -- priming, with dual reciprocating piston pump design requiring only one set of inlet-outlet check valves. The dwell volume must be less than 900 Lambda with efficient solvent mixing and no pre- or post- compression mixing chamber. Flow rate should be programable from instrument panel and incremental (0.01 ml/min) over a range of 0.01 -- 9.99 ml/min. Solvent proportioning should match the piston stroke volume and generate accurate composition gradient at the full flow range. Gradient composition accuracy should vary less than 0.5%RSD independent of pressure. Gradient composition precision should vary less than 0.1%RSD in binary gradient operation. Solvent delivery and flow rate with piston stroke volume must match. Compensation for solvent compressibility and flow precision should be 0.1%, independent of pressure. Pump pressure pulsation should not exceed 1% of system pressure at all pressures above 10 MPa for a constant mixture of degassed solvents. Piston design is required to be self-centering and floating. It should delivery true displacement for maximum seal performance. It should have an integral wash facility supplied as standard. The pump must be manufactured ISO9001 standard, with operating pressures -- programable through the instrument panel -- up to 6000 psi at 5 ml/min. Offerors shall include a delivery schedule for all components with their offer. The Government desires delivery within 30 days after receipt of contract. Evaluation Factors: Offers will be evaluated for technical compliance with the stated specification; demonstrated experience of satisfactory past performance on contracts of similar size and complexity to the requirements of this RFP, include names and addresses of Company/ Government Agency, name and telephone numbers of customer contacts along with contract number(s), and description of work performed. Technical proposals and cost or price will be of approximately equal importance. It is the intent of the Government to make a single award to the responsible offeror whose proposal conforms to all requirements of the solicitation and is considered to be most advantageous to the Government. Offers shall be proposed based on F.O.B. Destination (Morgantown, West Virginia) and the requirements at FAR 52.214.21 "Descriptive Literature" apply. Information provided with your offer must demonstrate the unit's ability to meet the specification or your offer may be rejected. The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-4, Contract Terms and Conditions -- Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. Additionally, the following FAR clauses cited in Clause 52.212-5 are also applicable to this acquisition as follows: FAR 52.222-3 "Convict Labor (E.O. 11755)", 52.233-3 "Protest After Award (31 U.,S.C. 3553 and 40 U.S.C. 759)"; 52.222.26 "Equal Opportunity"; 52.222-35 "Affirmative Action for Special Disabled and Vietnam Era Veterans"; 52.222-36 "Affirmative Action for Handicapped Workers"; 52.222-37 "Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era"; 52.225-3 "Buy American Act -- Supplies"; 52.225-18 "European Community Sanctions for End Products." Offers are due December 23, 1997, 2:00 p.m. local prevailing time. Submit the following to DHHS, PHS, CDC, NIOSH, ALOSH, Attn: Brenda Goodwin, 1095 Willowdale Road, Morgantown, WV 26505: (1) original and three copies of a completed SF 1449, signed by an individual authorized to bind the organization; (2) Schedule of Offered Supplies/Services containing pricing of each component to comprise a total system, a delivery schedule and published price lists (if available); (3) completed Representations and Certifications -- Commercial Items, FAR 52.212-3; (4) descriptive literature, tables, etc. which demonstrate compliance with specifications and evaluation factors; and (5) acknowledgment of solicitation amendments, if any. Facsimile Bids are not authorized. Offers that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Information regarding this notice can be obtained from Brenda Goodwin at (304)285-5882 or by fax at (304) 285-6083. All responsible sources may submit a response, which shall be considered by the Agency. (0352)

Loren Data Corp. http://www.ld.com (SYN# 0224 19971222\66-0005.SOL)


66 - Instruments and Laboratory Equipment Index Page