Federal Bid

Last Updated on 05 Sep 2015 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Microwave Peptide Synthesizer for NCATS TRND

Solicitation ID HHS-NIH-NIDA-SSSA-CSS-15-682
Posted Date 13 Aug 2015 at 12 PM
Archive Date 05 Sep 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office National Institute On Drug Abuse, Station Support/Simplified Acquisitions
Agency Department Of Health And Human Services
Location United states
Microwave Peptide Synthesizer for NCATS TRND
Competitive Combined Synopsis/Solicitation
HHS-NIH-NIDA-SSSA-CSS-15-682

INTRODUCTION
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 is HHS-NIH-NIDA-SSSA-CSS-15-682 and the solicitation is issued as a request for quotation (RFQ).

NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code 334516 with a Size Standard of 500 Employees.

SET-ASIDE STATUS
This acquisition is 100% set aside for small businesses.

ACQUISITION AUTHORITY
This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures and FAR Part 12-Acquisition of Commercial Items, and is NOT expected to exceed the simplified acquisition threshold.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, dated August 5, 2015. The resultant contract will include all applicable provisions and clauses in effect through this date.

DESCRIPTION OF REQUIREMENT

Background:
The National Center for Advancing Translational Science (NCATS), part to the National Institutes of Health, works to catalyze innovative methods and technologies that will accelerate bringing diagnostics and therapeutics to patients. The NCATS Therapeutics for Rare and Neglected Diseases (TRND) Section specially focuses on rare and neglected diseases. One of the objectives pertaining to NCATS's mission is exploring various drug-discovery approaches and enhancing drug-like properties of small molecules via design and synthesis. In this effort, the NCATS TRND works to synthesize peptides and modified peptides as potential therapeutics for diseases like microbial infections, cancers etc.

Purpose and Objectives for the Procurement:
The purpose of this acquisition is to provide the National Center for Advancing Translational Sciences (NCATS) Therapeutics for Rare and Neglected Diseases (TRND) Section with one (1) microwave peptide synthesizer.

Project Requirements:
The Contractor shall provide one (1) Microwave Peptide Synthesizer as well as FOB Destination delivery, extended warranty, and on-site application training.

Equipment Requirements
The Microwave Peptide Synthesizer must meet the following requirements:

1. The microwave synthesizer must be capable of heating up to 100 degrees Celsius.

2. The microwave synthesizer must be capable of running 60 successive reactions without further input from the user or the use of external/additional equipment.

3. The microwave synthesizer must have an automatic shut-off safety feature in case of failure to establish expected reaction temperature.

4. The microwave synthesizer must have the ability to turn microwave heating on or off for any reaction in program.

5. The microwave synthesizer must be capable of syntheses on a 5 micromole to 2 micromole scale.

6. The microwave synthesizer must allow valve-less delivery of amino acids and reagents with complete control of reaction conditions including reagent volume, reaction temperature, and time for each individual reaction in a sequence.

7. The microwave synthesizer must offer variable volume dispensing with .5% accuracy within volume ranges .1 - 12 mL.

8. The microwave synthesizer must allow automated rinsing of the sample loop and needle and also require no priming of amino acids or reagents.

9. The microwave synthesizer must offer oscillating mixing without bubbling or magnetic stir bars.

10. The microwave synthesizer must be able to change reagents within an automated synthesis without priming.

11. The microwave synthesizer must offer a one-button cleaning capability via software control.

12. The microwave synthesizer must have a disposable reaction vessel and ready access to reaction vessel to remove analytical samples for reaction monitoring.

13. The microwave synthesizer must offer the ability to pause the instrument during synthesis to permit sample removal. The synthesizer must also allow incorporation of a pause in a synthesis program.

14. The microwave synthesizer must utilize disposable amino acid vessels.

15. The microwave synthesizer must have a modular rack set up.

16. The microwave synthesizer must allow fully automated as well as semi-automated operation.

17. The microwave synthesizer must have a 10 inch touchscreen with drag and drop features. The equipment software must include calculation of reagent and solvent weights and volumes.

18. The microwave synthesizer must not require nitrogen or other inert gas for reagent delivery.

19. The microwave synthesizer must come with a vacuum pump, complete with cables and connectors

20. The microwave synthesizer must come with a one year warranty maintenance package.

Equipment Software and General Start-Up Item Requirements
Additionally, the contractor shall provide associated equipment software which allows assignment of custom methods of operations, as well as the following start up items for use with the equipment:

1. One 32 x 30 mL Amino acid rack
2. One 32 x 30 mL Rack cover plate and foil septa
3. One hundred 30 mL Amino acid tubes,
4. Five 185 mL Reagent bottles, glass
5. One R1-4 Reagent bottle cover plate
6. One R5 Reagent bottle cover plate
7. One R1-4 Reagent bottle foil septa
8. One R5 Reagent bottle foil septa
9. System solvent bottles: 1 x 5 L, 1 x 2 L, and 1 x L liter
10. GL45 brown glass bottles
11. One 10 liter waste bottle
12. Ten 5 mL Reactor vial with PTFE frit
13. Ten 10 mL Reactor vial with PTFE frit
14. Ten 30 mL Reactor vial with PTFE frit
15. One Vial tool
16. One 5 mL Reactor vial extension
17. One 10 mL Reactor vial extension
18. One 30 mL Reactor vial extension
19. Twenty 5 mL/ 10 mL Reactor vial caps
20. Ten 30 mL Reactor vial caps
21. Thirty Reactor vial plugs

Equipment MAOS Start-Up Item Requirements
1. Vials, caps, crimper, cavity cover, etc to allow MAOS to take place.
2. Microwave vials:0.2-0.5 mL,0.5-2 mL, 2-5 mL (10pcs of each size),10-20 mL-12 pcs
3. Magnetic stir bars:0.2-0.5 mL,0.5-2 mL, 2-5 mL,(10 pcs of each size),10-20 mL-5 pcs
4. Alucap/Septa-50 pcs
5. Crimper-1pcs,
6. Decapper-1pcs
7. Initiator Getting Started Guide
8. Air hose-2meter
9. Waste Tray Insert- 5pcs
10. Supply Connection set-1pcs
11. Air Control Unit- 1pcs
12. Waste tray Cover- 1pcs
13. Waste tray assy-1pcs
14. Screw, MRT M4 x 8-1pcs
15. Vial Adaptor, 10-20 mL ASM (2pcs)
16. Vial collar-4pcs, O-Ring 22.1x1.6-2pcs,
17. Vial Adaptor, 0.2-0.5 mL- 2pcs, O-Ring 22.1x1.6-2pcs

Equipment Extended Warranty Requirements
Finally, the Contractor shall provide an extended warranty covering three years of Priority Service for the equipment itself.

Delivery Requirements/Period of Performance:
Delivery shall be made within four (4) weeks following contractor receipt of order. Delivery schedule is of significant importance.

CONTRACT TYPE
A firm fixed price purchase order with NET30 invoicing terms is anticipated.

APPLICABLE CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE
1. All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov.

2. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition.

3. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management.

4. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015) apply to this acquisition.

5. FAR Clause 52.217-5, Evaluation of Options (July 1990), applies to this acquisition.

6. FAR Clause 52.217-9, Option to Extend the Term of the Contract (March 2000), applies to this acquisition

7. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.

EVALUATION CRITERIA
FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows:

The Government will award a purchase order resulting from this solicitation on the basis of lowest price technically acceptable. Technical acceptability shall be based on the following:

1. The Contractor must meet or exceed each of the project requirements detailed in this solicitation.

2. The Contractor must be able to meet or exceed the delivery schedule requirement (delivery within 4 weeks or less).

RESPONSE FORMAT
Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The offeror must submit a technical response and a separate price quotation.

The technical response should be prepared in reference to the evaluation criteria identified in this solicitation and may be up to 12 single sided pages. The technical response should indicate how the equipment meets each of the project requirements and include a delivery lead time. The price quotation must include the requirements listed above, including service options, as well as associated pricing.

Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov."

NOTE
Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision.
CLOSING STATEMENT
All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-15-682. Responses shall be submitted electronically via email to Lauren Phelps, Contract Specialist, at [email protected].

Bid Protests Not Available

Similar Past Bids

Similar Opportunities

Oklahoma 01 Aug 2025 at 4 AM (estimated)
Oklahoma 01 Aug 2025 at 4 AM (estimated)
Tobyhanna Pennsylvania 12 Aug 2025 at 4 AM
Hill air force base Utah 25 May 2026 at 4 AM