The solicitation number is HHS-NIH-NIDA(SS-SA)-2014-CSS166 and the solicitation is issued as an request for quotation (RFQ).
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; FAR Subpart 13.5-Test Program for Certain Commercial Items; 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 2005-05-72, dated January 30, 2014.
A notice regarding any set-aside restrictions, the associated NAICS 541712 code and the small business size standard is 500 employees. This acquisition is being conducted in accordance with the procedures of FAR Part 13-Simplified Acquisition Procedures, FAR Subpart 13.5-Test Program for Certain Commercial Items, and FAR Part 12-Acquisition of Commercial Items.
The National Institute on Neurological Disorder and Stroke (NINDS) at the NIH would like to procure a M-11OPS Microfluidizer Processor for lysing bacterial and yeasts cells.
The M110-PS microfluidizer uses the patented technology of Microfluidics fixed-geometry fluid processors. The processors disrupt cells by forcing the cell sample at high pressure through a proprietary interaction chamber containing a narrow channel that generates the highest shear rates commercially available. The ultra-high shear rates allow for: processing of more difficult samples, fewer repeat passes to ensure optimum sample processing. It should be noted that the Microfluidizer® systems provide a highly reproducible, convenient, and efficient method for cell lysis. The fixed geometry of the interaction chamber offers direct scalability from laboratory scale (20 ml) to production scale (several liters) with a short processing time and without the possibility of cross contamination between samples. Multiple Research Groups will use the Microfluidizer. This will replace the defunct instrument used in the Laboratory to prepare protein samples according to existing and optimized experimental protocols.
Features of this system include:
Specifications
- Minimum product hold-up-volume of 10.7 ml
- Nominal flow rate 80 to 120 ml/min (water) @ 30,000 psi depending on operating
pressure, product characteristics and chamber selection
- Operating Pressure Range of 138 to 2068 bar (2,000 to 30,000 psi)
- Sample Size 25 ml to continuous
- Dimensions: (H x W x D) 48 x 78 x 61 cm (19" x 32" x 24") Approximately
- Weight: 110 kg (245 lbs.) Approximately
Standard features include
- One (1) Diamond Interaction Chamber (DIXC).
- Chamber selection: F12Y DIXC (805.00055) for emulsions or G10Z DIXC (805.00210) for dispersions and cell
rupturing.
- Product contact surfaces include: 316 stainless steel, 17-4 PH stainless steel, PEEK, UHMWPE, Zirconia Ceramic,
Aluminum Oxide Ceramic, Diamond, Teflon and Viton
- Single acting, hydraulically driven intensifier pump
- 1.5 kW (2 Hp) electric motor 110V/1Ph/60Hz/20A, 230V/1Ph/60Hz/10A or 220V/1Ph/50Hz/12A
- Manual controls for product pressure, intensifier on/off and motor on/off
- Emergency Stop
- Open stainless steel cooling tray for interaction chamber and cooling coil
- UHMWPE plunger seals.
- Viton static seals. Other materials available upon request
- Ceramic (Zirconia) plunger
- Process Pressure Gauge with isolation valve
- 300 ml glass feed reservoir
- Electro-hydraulic power unit, air cooled
- Stainless steel enclosure
- All required special tools
- Spare parts package
- Initial fill of filtered hydraulic oil
- Noise level less than or equal to 76 dB
- CE compliant
Delivery and Acceptance: 35 Convent Drive, Bethesda, MD 20892
The provision of FAR clause 52.212-1, Instructions to Offerors - Commercial Items (July 2013), applies to this acquisition. The provision of FAR clause 52.212-2, Evaluation - Commercial Items (January 1999), applies to this acquisition. 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.
The Offeror must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (August 2013), with its offer. The FAR clause is located at http://www.acquisition.gov/far/. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (September 2013), applies to this acquisition.
There are no additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices.
The Defense Priorities and Allocations System (DPAS) is not applicable to this requirement.
Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, 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. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov."
All responses must be received by May 19, 2014 at 12:00pm EST and must reference number HHS-NIH-NIDA(SS/SA)-2014-CSS166. Responses may be submitted electronically to [email protected] or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), Attention: Andrea McGee. Fax responses will not be accepted.
"All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."