Federal Bid

Last Updated on 01 Feb 2017 at 9 AM
Combined Synopsis/Solicitation
Bethesda Maryland

Ion Chromatography System

Solicitation ID HHSN26817HL00002S
Posted Date 09 Jan 2017 at 6 PM
Archive Date 01 Feb 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Heart, Lung And Blood Institute, Rockledge Dr. Bethesda, Md
Agency Department Of Health And Human Services
Location Bethesda Maryland United states
(1) Action Code: Combined Synopsis/Solicitation


(2) Date: January 9

(3) Year: 2017

(4) Contracting Office Zip Code: 20892

(5) Classification Code: 6640

(6) Contracting Office Address:
6701 Rockledge Drive
Rockledge II
Bethesda, MD 20892

(7) Subject/Title: Ion Chromatography System

(8) Proposed Solicitation Number: HHSN26817HL00002S

(9) Closing Response Date: 01/17/2017

(10) Contact Point: Renu Simon, Contract Specialist

(11) Contract Award and Solicitation Number: TBD

(12) Contract Award Dollar Amount: UKN

(13) Contract Line Item Number(s): TBD

(14) Contractor Award Date: UKN

(15) Contractor Name: TBD

(16) Description: The National Institutes of Health (NIH) is the nation's medical research agency-making important discoveries that improve health and save lives. The Imaging Probe Development Center (IPDC) was initiated in the incubator space of the Common Fund and has transitioned to the intramural program of the National Heart, Lung, and Blood Institute. It is dedicated to the production of new imaging probes for the intramural NIH research community. IPDC is administered by the National Heart, Lung, and Blood Institute for the benefit of the entire community of intramural NIH scientists, and is already working on projects for requesting scientists from more than a dozen NIH Institutes. Nearly all of these imaging probes are not commercially available, nor are they viable commercial products and most are new compositions-of-matter. A variety of techniques are used to analyze the prepared probes. The IPCD currently does not have ion chromatography capabilities. Ion chromatography (IC) is particular useful for ions and polar molecules, which can be difficult to resolve by reverse-phase HPLC. The primary use of the system will be for the analysis of 18F-NaBF4, for which the IPCD currently does not have an analysis method.

(i) "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."

(ii) The solicitation number is HHSN26817HL00002S and the solicitation is issued as a request for quote (RFQ).

(iii) The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-93 effective 01 January 2017.

(iv) The associated NAICS code is 334516, Analytical Laboratory Instrument Manufacturing, and the small business size standard is 500 Employees. The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13.

(v) The Contractor Requirements are listed below:

(vi) The Contractor Shall Provide the following product (Thermo-Fisher brand name or equal):

The contractor shall provide the following products: No used or refurbished equipment will be accepted.

Part No, Description, Quantity: 1 Per Product code

22153-60208, INTEGRION RIFC, CD, OVEN+RFID, WIFI

063148, IonPac AS20 COLUMN

063154, DIONEX IonPac AG20 GUARD

071801, PROD,WSO,CM7+LAPTOP,WIN7-64,IC

071704, NEW LICENSE KEY

075778, EGC 500 KOH CARTRIDGE, ANALYTIC HPIC

088662, CR-ATC 600, Trap Column,TRACKING ENABLED

960708, LINE CORD 3COND NORTH AMERICA

701-055076, REMOTE SERVICES INTEGRION

701-086201, FACTORY YEAR 2 & 3 PARTS ONLY WARRANTY

069117, PROD, VWD-IC, 2G, 4 CHANNEL

066346, CELL,11UL,PEEK,10MM, VWD-LC (ANALYT) Absorbance Cell, 11 ìL,10 mm Path Lgth,

7200.0005, A/D INTERFACE, 2 CHANNELS

042950, 50UL SAMPLE LOOP

042951, 100UL SAMPLE LOOP

042953, ASSY,SAMPLE LOOP,250UL,PK

042954, ASSY,SAMPLE LOOP,500UL,PK

057590, COMBINED SEVEN ANION II, 100ML

082540, AERS 500 SUPPRESSOR 4MM

062983, CARBONATE REMOVAL DEVICE- CRD

063973, AXP AUXILLIARY PUMP

038018, PROD,KIT,INSTALL,MMS/SRS EXT R

074464, ASSY,SHIPKIT,SRD-10

Product Specifications:
• Totally integrated and configurable system consisting of at least a pump, column oven, degasser, eluent generation, conductivity detector (with suppression) and consumable tracking
• Must have a high pressure pump capable of continuously operation at pressure of 5000 psi with a pressure rating of at least 6000 psi
• Must have an integrated conductivity (with suppression) detector. Other detections systems such as UV/VIS and MS must be available as an option
• Electrolytic eluent generation must be offered as an option and integrated into the system
• Suppressor must be operated continuously. Suppressor regeneration must be carried out electrolytically in either recycled or external water mode
• Auxiliary pump for suppressor regeneration must be controlled by system software
• The entire flow path must fully inert (PEEK flow path) and have the option to use low dead volume Viper connections.
• System must include A/D converter and the option to add an autosampler
• System must include 50, 100, 250 and 500 uL sample loops

(vii) Delivery: Shipping upon award. The contractor shall include the lead and shipping time on the quote.

Deliver to:
National Institute of Health, NHLBI
10 Center Dr
Bethesda, Maryland 20814
Bldg 10 - Clinical Research Center
10th floor, Wing CRC

(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. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation provides the lowest price technically acceptable quote. The following factors shall be used to evaluate offers:

1. To be technically acceptable the offeror must provide a Thermo-Fisher Integrion RFIC System (see product list) or brand name equivalent that meets all the required specifications.

(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:

i. 52.219-28, Post Award Small Business Program Representation
ii. 52.222-19, Child Labor--Cooperation with Authorities and Remedies
iii. 52.222-21, Prohibition of Segregated Facilities
iv. 52.222-26, Equal Opportunity
v. 52.222-36, Equal Opportunity for Workers with Disabilities
vi. 52.222-50 Combating Trafficking in Persons
vii. 52.225-13, Restrictions on Certain Foreign Purchases
viii. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving
ix. 52.2232-39, Unenforceability of Unauthorized Obligations
x. 52.225-1, Buy American-Supplies
xi. 52.211-6 -- Brand Name or Equal


(xiii) Additional Contract Requirements: None

(xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable.

(xv) All responses must be received by January 17, 2017 at 9:00 AM and must reference number HHSN26817HL00002S. Responses may be submitted electronically to [email protected] or by U.S. mail to the National Heart, Lung, and Blood Institute, Office of Acquisitions, COAC Services Branch, 6701 Rockledge Drive, Suite 6137, Bethesda, MD 20892-7902, Attention: Renu Simon. Phone: 301-827-7732; Fax responses will not be accepted.

(17) Place of Contract Performance:
National Institute of Health, NHLBI
10 Center Dr.
Bethesda, Maryland 20814
Bldg 10 - Clinical Research Center
10th floor, Wing CRC

(18) Set-aside Status: None

Bid Protests Not Available

Similar Past Bids

Texas 24 Dec 2008 at 9 PM
Location Unknown 06 Aug 2019 at 1 PM
Summit New jersey 29 Dec 2010 at 9 PM

Similar Opportunities

Pennsylvania 19 Jul 2025 at 4 AM (estimated)
Pennsylvania 19 Jul 2025 at 4 AM (estimated)
Pennsylvania 19 Jul 2025 at 4 AM (estimated)
Pennsylvania 19 Jul 2025 at 4 AM (estimated)
Jacksonville Florida 14 Jul 2025 at 4 PM