Federal Bid

Last Updated on 19 Aug 2021 at 8 AM
Combined Synopsis/Solicitation
Indian head Maryland

Flash Chromatography

Solicitation ID N00174-21-SIMACQ-21-R1-0024
Posted Date 19 Aug 2021 at 8 AM
Archive Date 16 Sep 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Nswc Indian Head Division
Agency Department Of Defense
Location Indian head Maryland United states 20640

Flash Chromatography

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; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is N001174-21-SIMACQ-21-R1-0024 and this is a Request For Quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular.  This announcement will be issued as a combined synopsis/solicitation.  The anticipated award will be a Firm Fixed Price Contract, the award will be made based on the lowest price. The North American Industry Classification System (NAICS) code is 333314.

11C81000  QTY 1

11066673 Pure Rack  QTY 2

11066675 Pure Rack  QTY 2

11068975 Pure Rack   QTY 1

140000114 Flash Pure  QTY 1

140000113  Flash Pure  QTY 1

140000121 Flash Pure  QTY 1

14000022 Flash Pure Eco Flex 12G  QTY 1

14000022 Flash Pure Eco Flex 4G  QTY 1

14000095 - Flash Pure Alumni  QTY 1

Bush Start Install  QTY 1

Buchi Academi QTY 1

Shipping  QTY 1

Statement of Work - Automated Flash Chromatography System

SOW: There is a need for a dedicated and specialized piece of chemistry laboratory equipment to automate flash chromatography, which is used for the purification of organic compounds.  The system should have the following required capabilities and features: rapid purification of milligrams to 75 g of sample, solids and liquids sample loading options, programmability and automation from after sample injection (i.e., run-start) to completed separation, and real-time analysis with automated fraction collection and on-the-fly adjustments as measured by UV spectroscopy.  The system will use prepacked columns containing silica, C-18 coated silica, and/or alumina as the separation media, and the columns should be designed to work with the system and be easily interchanged.  The system must be capable of operating at up to 30 bar and feature four separate solvents lines and sources, and it must be capable of running both linear and gradient methods with high precision using thin-layer chromatography data as a starting point.  Flow rates up to 250 mL/min are required, as is zero loss of sample between fractions.  Fraction analysis must be done by UV-Vis spectroscopy, with a minimum wavelength range of 200-400 nm.  Dual wavelength analysis, baseline correction, and continuous scanning over a range of wavelengths are all desired features.  The ability to switch rapidly and with minimal solvent between normal and reverse phase solvent systems is highly desired, as are automated protocols to clean and maintain the entire system.  A large chemical-proof touch-screen display (greater than 12” diagonal), as well as the ability to save and recall method and analysis information, are also required.  The unit should sit on a standard laboratory bench and must not exceed 15” x 23” x 27” (width x depth x height).  The system should be easily operated, maintained and repaired by the end-user.

Additional requirements for this contract are an initial service visit to install the system and train users on proper operation and maintenance.  Minimum initial column supply requirements include: 20 standard silica columns for 4-5 g samples, 20 high-resolution silica columns for 4-5 g samples, 15 standard silica columns for 10-12 g samples, 15 high-resolution silica columns for 10-12 g samples, and at least 5 of the smallest available size of C-18 coated silica.  If available, 5 of the smallest size of alumina column are also desired.  Test tube racks (2 each of racks accommodating 13 x 100 mm and 16 x 150 mm test tubes) and 4 solvent bottles and solvent lines are also required.  The system must be complete (minus solvents and sample) and ready to operate as-purchased.

Market research has shown there to be only two vendors capable of meeting these requirements: Biotage (Biotage Selekt, Two Channel) and Buchi (Pure C-810 Flash).  Quotations are included in this package.


All items shall be delivered FOB Destination to Indian Head, MD 20640-5070. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration.

52.204-2; 52.204-3; 52.204-7; 52.204-13; 52.204-19; 52.212-5; 52.209-10; 52.211-17; 52.212-4; 52.212-5; 52.219-1; 52.219-28; 52.222-21; 52.222-26; 52.222-50; 52.223-18; 52.225-13; 52.225-18; 52.232-1; 52.232-8; 52.232-39; 52.232-40; 52.233-1; 52.233-3; 52.233-4; 52.243-1; 52.247-17; 52.247-34; 52.249-1; 52.249-4; 52.252-1; 52.252-2; 252.203-7000; 252.203-7002; 252.203-7005; 252.204-7003; 252.204-7008; 252.204-7009; 252.204-7012; 252.204-7015; 252.225-7001; 252.225-7048; 252.232-7003; 252.232-7006; 252.232-7010; 252.243-7001; 252.244-7000; 252.247-7023; 52.204-24; 52.204-25; 52.204-26; 252.204-7019; 252.204-7020

Points of contact:

Contract Specialist/Administrator:

CHRISTINA SIMPSON,   PHONE: 301-744-6627 EMAIL: 

EMAIL: [email protected]

IMPORTANT NOTICES:
1) RFQ submission must be in accordance with solicitation;
2) Offerors must be registered in the Central Contractor Registry (System for Award Management SAM) to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration);
3) All Amendments, if applicable, must be acknowledged;
4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement.
5) Facsimile and email offers will be accepted.

Bid Protests Not Available

Similar Past Bids

Ridgecrest California 04 Feb 2015 at 12 AM
Baltimore Maryland 22 May 2020 at 1 AM
Jackson Mississippi 22 Apr 2019 at 3 PM
Lackland air force base Texas 31 Mar 2015 at 7 PM
Wright patterson air force base Ohio 08 Aug 2016 at 1 PM

Similar Opportunities

Indian head Maryland 18 Jul 2025 at 2 PM
Indian head Maryland 17 May 2026 at 8 PM
Marietta Georgia 25 Jul 2025 at 2 PM
Hill air force base Utah 19 Jul 2025 at 5 AM