Rotatory Evaporation Systems
COMBINED SYNOPSIS / SOLICITATION WORKFORM Action Code: Combined Synopsis/Solicitation Date: April 14, 2020 Year: 2020 Contracting Office Zip Code: 20892 Classification Code: 6640 Contracting Office Ad... COMBINED SYNOPSIS / SOLICITATION WORKFORM Action Code: Combined Synopsis/Solicitation Date: April 14, 2020 Year: 2020 Contracting Office Zip Code: 20892 Classification Code: 6640 Contracting Office Address: 6701 Rockledge Drive Rockledge II Bethesda, MD 20892 Subject/Title: Rotatory Evaporation Systems Proposed Solicitation Number: 75N94020Q00008 Closing Response Date: 4/20/20 Contact Point: Verne Griffin, Business Opportunity Specialist Contract Award and Solicitation Number: TBD Contract Award Dollar Amount: TBD Contract Line Item Number(s): Contractor Award Date: TBD Contractor Name: TBD Description: The National Institutes of Health (NIH), National Institute of Digestive, Diabetes & Kidney Diseases (NIDDK) has a requirement to procure 2 Rotatory Evaporation Systems. The Synthetic Bioactive Molecules Section of the Laboratory of Bioorganic Chemistry is involved in the discovery and development of new molecules with medicinal value or for applications to diagnostics. Some of these molecules have the potential to become therapeutics or to be used as important components in diagnostic applications that signal the presence of disease. Applications in either area are of great benefit to human health and thus to NIDDK's mission. Research conducted in the Laboratory of Bioorganic Chemistry involves synthesis and purification of biologically active molecules called cyclopentane peptide nucleic acids (cyPNAs). This purchase requisition is urgently needed to obtain new instrumentation required to purify cyPNAs. Each cyPNA must be individually made and purified prior to biological tests, and without this instrument we won't be able to perform our research on the properties of cyPNA. “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.” The solicitation number is 75N94020Q00008 and the solicitation is issued as a request for quote (RFQ). The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05 effective 3-30-2020. The associated NAICS code is 334516 with a size standard of 1000. The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13. The Contractor Requirements are listed below: Scope The Buchi system has a unique solvent library system to aid in the specific removal of organic solvents. No other company has the same programming, and we have validated that the Buchi solvent library works with our preferred solvents that we use in the lab. We also require a multi-way communication between pump, rotary evaporator, and water bath that is automatically controlled by the central controller unit (called the i300 for Buchi). For safety reasons, we also require that the automated will be able to disengage (either automatically or by the user) in the event of malfunction and then allow for manual control of the entire unit as needed. Buchi has a unique arrangement of sensors and solenoids that allow for this safety precaution to be in place. The contractor shall provide brand name specifications to the below products: 11R300252C132 2 EA - Rotavapor R-300 B-305, SJ24/40, C, P+G, I-300P, 110V 11V600020 2 EA - Vacuum Pump V-600 3.1m3/h, 1.5mbar, C-Cond 11061402 2 EA - Protection shield 11059500 2 EA - Lid for Heating Bath B-305 11CS0190134003303 2 EA - BUCHI ESSENTIAL CARE Rotavapor R-300 is an extended warranty 11067770 2 EA - Bluetooth Dongle kpl Brand Name Justification: The Buchi system has a unique solvent library system to aid in the specific removal of organic solvents. No other company has the same programming, and we have validated that the Buchi solvent library works with our preferred solvents that used in the lab. The lab also requires a multi-way communication between pump, rotary evaporator, and water bath that is automatically controlled by the central controller unit (called the i300 for Buchi). For safety reasons, the lab also requires that the automated will be able to disengage (either automatically or by the user) in the event of malfunction and then allow for manual control of the entire unit as needed. Buchi has a unique arrangement of sensors and solenoids that allow for this safety precaution to be in place. Delivery: The vendor shall include their delivery lead time on their quote. (viii) The provision at FAR clause 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition. (ix) 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. The technical factors are as follows: Technically Capability to provide required service with certification from the OEM. Delivery TBD for scheduling delivery and signing off on the delivery. The vendor shall provide all set up and validation for proper functioning of the new instrumentation and will provide extensive training on how to use the instrumentation properly to the scientists who work in the laboratory. The vendor shall provide software to operate the instrument with a perpetual license to the government which shall include a 1year period for phone support, and software upgrades at no additional cost. The contractor shall provide a 1-year warranty on the instrument that covers all parts and major components and will guarantee replacement of any defective parts. The vendor shall be responsible for the complete delivery and set up. This includes installation & setup, to ensure proper factory settings and operation of the equipment. Also included is the requirement that the contractor remove all packaging materials and debris associated with the delivery & installation. Technical Capability to provide required service with certification from the OEM. (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: 52.219-28, Post Award Small Business Program Representation 52.222-19, Child Labor—Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.225-13, Restrictions on Certain Foreign Purchases 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-1, Buy American--Supplies (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 verne.griffin@nih.gov. The due date for receipt of offers is 11:00 am Eastern Time on April 20, 2020. Place of Contract Performance: National Institute of Health, NIDDK 9000 Rockville Pike Bethesda, MD 20892 Set-aside Status: None
Data sourced from SAM.gov.
View Official Posting »