|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1999 PSA#2411Acquisitions Management Operations Branch, NIAID, 6700-B Rockledge
Drive, Room 1130, Bethesda, MD 20892-7605 66 -- CUSTOM AKTA PURIFIER 10 SYSTEM SOL NOI9919 DUE 091799 POC
Contact: Mr. Roger W. Remsburg Jr., Purchasing Agent,
301-402-2282/Contracting Officer, Carolyn Sentz, 301-402-2282 This is
a combined synopsis/intent to procure commercial items prepared in
accordance with the format in 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
written solicitation will not be issued. This procurement is being
issued as a request for quotation. Submit offers to NOI # 9919. The
solicitation documents and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 97-12. This
acquisition will be processed under Simplified Acquisition Procedures
(SAP) and is not a Small Business Set-Aside. The associated Standards
Industrial Code (SIC) for this procurement is 3826.SCHEDULE: The
National Institute of Allergy and Infectious Diseases intends to
procure the Amersham Pharmacia Biotech Custom AKTA Purifier 10 FPLC
Liquid Chromatography System CAT. # 13-3324-01 combined with the
following components: A.) 18111897 FRAC-901 Fraction Collector, B.)
13341101 Compaq 350 MHz without monitor, C.) 13346101 Compaq TFT450
Monitor, D.)18111381 Superloop 10 ML, E.) 18111382 Superloop 50ML,
complete, and F.)17108801 Superdex 200 HR10/30. 1.) The system has the
ability to purify Biomolecules from complex starting materials derived
from cell lysates, tissue homogenates, recombinant protein expression
systems, and other sources. It will be able to perform separations
based on a variety of sample characteristics such as molecular weight,
net surface charge, and hydrophobicity, while retaining biological
activity. 2.) It has a flow rate range 0.05-20ml/min. and pressure
ranges from 0-5mpa with high accuracy and precision in gradient
formulation. 3.) It has combination in-line monitoring of UV (0.1 to
5.0 AUFS,) conductivity (IUS/CM to 999MS/CM,) and pH range (0-14 in 0.1
unit accuracy) all in one unit for the lowest possible system dead
volume. 4.) It has motorized PV-908 valves that accommodate up to seven
columns upgraded for compatibility from previous system plus one column
bypass for washes and calibrations, facilitating column cleaning,
storage, and use of columns. 5.) Fraction collection by automatic peak
detection, or collection by volume. 6.) System controller and unique
software capability to monitor three pumps, nine motorized valves, a
fraction collector, a gradient mixer a UV monitor, a conductivity
monitor, a pH monitor, and three air sensors. Training shall be at the
convenience of the laboratory. Delivery location is National
Institutes of Health, National Institute of Allergy and Infectious
Disease, Rockville, MD. 20852 and shall be inside delivery. FAR
provisions and clauses that apply to this acquisition: 52.212-1
Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation
-- Commercial Items; FAR 52.212. -3 Offeror Representations and
Certifications -- Commercial items; FAR 52.212-4 Contract Terms and
Conditions Commercial items; FAR 52.212-5 Contract Terms and Conditions
Required to Implement Statutes or Executive Orders Commercial Items.
FAR 52.225. -3 Buy American Act Applies. Offerors must include with
their offer a completed copy of the provisions at FAR 52.212-3 Offerors
Representations and Certifications Commercial Items. The Government
intends to make a Best Value Buy to the responsible Offeror whose offer
is most advantageous to the Government. Evaluation will include 1.) The
technical capability of the item offered to meet the agency need and
2.) Price. Warranty information to include period. Coverage shall be
stated. Offerors must include with their offer certification that all
hardware and software offered are Y2K compliant. Offers must be
submitted not later than 3:00 PM, Eastern Daylight Savings Time (EDST,)
September 15, 1999, to Mr. Roger W Remsburg, Jr. Copies of the above
referenced clauses are available upon request by telephone from Mr.
Roger W. Remsburg, Jr. at (301) 402-2282. For delivery through the
Postal Service the address is Room 1130, NIH/NIAID/AMOB, 6700B
Rockledge Dr., MSC 7605, Bethesda, MD. 20892-7605. Electronic
Submission will not be accepted. Requests for information concerning
this requirement are to be addressed to Mr. Roger W. Remsburg, Jr. at
(301) 402-2282. Collect calls will not be accepted. All responsible
sources may submit an offer that will be considered by this Agency.
Posted 08/13/99 (W-SN367602). (0225) Loren Data Corp. http://www.ld.com (SYN# 0342 19990817\66-0015.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|