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