Federal Bid

Last Updated on 24 Sep 2002 at 5 AM
Solicitation
Location Unknown

66 -- Chromatography System

Solicitation ID RFQ-026-4384-02
Posted Date 30 Jul 2002 at 5 AM
Archive Date 24 Sep 2002 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Eastern Business Service Center
Agency Department Of Agriculture
Location United states
This is a combined synopsis/solicitation for 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; quotations are being requested and a written solicitation will not be issued. The solicitation number RFQ-026-4384-02 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 01-07. This procurement is set aside for small business. The NAICS code applicable to this acquisition is 334516. For a company to qualify as a small business, the small business size standard is 500 employees. USDA, ARS has a need for a liquid chromatography system to purify enzymes and proteins from plant tissues such as developing soybean seeds and leaves, and to purify synthetic peptides produced in the laboratory. This system must include the following characteristics: 1. Ability to perform separations based on a variety of sample characteristics, such as molecular weight, net surface charge, and hydrophobicity, while retaining biological activity (in the case of enzymes). 2. Depending upon the column used, flow rates may range from 0.05 to 20mls/min at pressures ranging from 0-700 psi. 3. The system must be capable of generating very precise, shallow gradients. In most cases, this requires a two-pump gradient system with dynamic mixing. 4. The entire wetted flow path of the system must be inert to halides. 5. The system pumps should allow operation of the system at zero backpressure to ensure compatibility with standard low pressure chromatography supports often used in affinity chromatography. The system must also have a definable pressure limit system, which will stop the pump and generate an audible and visual warning, in the event pressure exceeds the preset limit. 6. The controller must allow programs to be time-based, volume-based, or column-volume based. 7. The system should include a fraction collector which is fully integrated into the system and fully controllable via the system control software. 8. The pumps, UV and conductivity monitors, valves and fraction collector must all be specified for use in a cold room at 4 C. 9. The system must include one automatic three-position injection valve (load, inject, and wash positions), which will allow for sample loading onto the column. 10. We also require that the controller allow the user the option of including in his/her chromatographic methods programs, commands which will automatically reduce the flow rate if an over-pressurization occurs as sample is being applied or eluted from the column. Additional variables which should also be programmable to trigger sub-routines (e.g. new tube on fraction collector; valve changes; etc.) should include UV or conductivity signals. 11. The controller should turn off the pump flow when a signal is received from the fraction collector indicating there are no tubes remaining, so that valuable sample is preserved. 12. Installation and training must be provided by the vendor.Delivery is required within 8 weeks of award. Delivery is FOB Destination to Raleigh, NC. Descriptive literature showing the quoted item meets or exceeds all specifications included herein must accompany the quotation . The government anticipates award of a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforms to the solicitation and is most price advantageous to the government. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Vendors may meet this requirement by acceptance of government purchase card or providing a Vendor Express Number. If a company has not previously enrolled in the Vendor Express Program with USDA, they should call the National Finance Center at 1-800-421-0323 for an enrollment package. All offers must include with their quotation a completed copy of FAR 52.212-3. The following FAR clauses apply: Data Universal Numbering System (DUNS) Number, 52.204-6; Instructions to Offerors-Commercial Items, 52.212-1; Evaluation of Commercial Items awarded to a responsive/responsible offeror at a fair and reasonable price, 52.212-2; Offeror Representations and Certifications-Commercial Items, 52-212-3; Contract Terms and Conditions-Commercial Items, 52.212-4. The following FAR clauses cited in 52.212-5 are applicable to this acquisition: 52.203-6, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.225-9, 52.225-18, 52.225-21, 52.247-64. All interested/qualified sources who can provide the items above must respond by 4:30 PM EDT, August 19, 2002. Quotations should be addressed to USDA Agricultural Research Service, 950 College Station Rd, Athens, GA 30605-2720 (or POB 5677, Athens, GA 30604-5677). POC Elaine Wood, Contract Specialist, 706/546-3534 or fax 706/546-3444. Faxed responses are acceptable.
Bid Protests Not Available

Similar Past Bids

Ridgecrest California 04 Feb 2015 at 12 AM
Baltimore Maryland 22 May 2020 at 1 AM
Bethesda Maryland 13 Sep 2007 at 4 AM
Indian head Maryland 19 Aug 2021 at 8 AM

Similar Opportunities