The solicitation number is NHLBI-CSB-(AR)-2011-368-RSF and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-53 (August 4, 2011).
The North American Industry Classification (NAICS) Code is 334516 and the business size standard is 500. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.
The National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI), COAC Services Branch, Office of Acquisition (OA), on behalf of the National Institute of Arthritis and Musculoskeletal and Skin Diseases (NIAMS) intends to award a firm fixed price purchase order for one (1) Cryo-grid plunging system.
PRODUCT DESCRIPTION/REQUIRED CHARACTERISTICS:
1. Must employ automated bare grid plunge freezing into a secondary cryogen, such as liquid ethane, for reproducable cryosample preparation.
2. Must employ temperature control of the secondary cryogen.
3. Must employ automated blotting on at least one side.
4. Must have a bake out cycle to warm the unit and drive off moisture.
5. A photo sensor should be used to detect the sample droplet as it touches the blotting paper and start the blotting countdown.
6. Must have a temperature and humidity controlled environmental chamber with variable temperature between +40° and +60° and variable humidity between room humidity to 99%.
7. Should employ a heater to keep the viewing window clear during high humidity operation.
8. Should employ an easy to understand and use graphical user interface, preferably with a touch screen for user input.
9. Secondary cryogen filling should be fast, easy and safe without requiring the user to constantly hold the secondary cryogen supply tubing so the user can fully concentrate the cryogen flow.
FAR Provisions apply to this acquisition are: 1) FAR Clause 52.212-1 Instructions to Offerors Commercial Items (JUN 2008) ; 2) As stated in FAR Clause 52.212-2 (a), the Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered; 3) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and 4) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. The Offeror must include in their quotation the hourly rate, unit price, total cost per year, the price list, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. Note: In order to receive an award, offerors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov and Online Representations and Certifications Application (ORCA) www.bpn.gov. The clauses are available in full text at http://www.arnet.gov/far.
Interested parties capable of furnishing the Government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due by September 20, 2011, 7:30 a.m., Eastern Standard Time. The quotation must reference Solicitation number NHLBI-CSB-(AR)-2011-368-RSF. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Heart, Lung, and Blood Institute, COAC Services Branch, Office of Acquisitions, 6701 Rockledge Blvd., Room 6145, Bethesda, Maryland 20892, Attention: Rashida Ferebee. Responses may be submitted electronically to [email protected]. Responses will only be accepted if dated and signed by an authorized company representative.