Federal Bid

Last Updated on 16 Jun 2009 at 8 AM
Combined Synopsis/Solicitation
Fernwood Mississippi

Multifor Bacterial Bioreactor

Solicitation ID NOI9082
Posted Date 15 May 2009 at 8 PM
Archive Date 16 Jun 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office National Institute Of Allergy & Infectious Diseases/Amob
Agency Department Of Health And Human Services
Location Fernwood Mississippi United states 10401

17. 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 acquisition is NOI9082 and is being issued as a Notice of Intent. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-31. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a small business concern. The associated North American Industry Classification System (NAICS) Code 333999, which has a business size standard of 500. The National Institute of Allergy and Infectious Diseases intends to procure a two vessel expandable fermentation system on a sole source basis from Appropriate Technical Resource, the only known source. The instrument is to test the expression effectiveness and efficiency of novel clones. The system will pick ‘winning' clones by allowing fermentations of small volumes of multiple vessels at one time before transferring the clone to another group to scale up the fermentation. This system shall measure stirrer speed, temperature, pH, P02, level, mass flow, feed and mixed gases for two fermentation systems using the same controller simultaneously. It must also be able to measure turbidity, biomass, exit gas analysis and substrate. Addition required features are as follows: Multiple, parallel fermentation, plug and pump (Autoclavable, removable pumps, 1 L Vessels should have comparable performance to a large scale fermentation system designed for upgrading and servicing, menu options that restrict a new user from changing settings, PC interface process control software (include a PC workstation for controlling the fermentation systems and data logging, with software such as Iris V5 for data logging, analysis archiving and control of the fermentation system. Balances or biosensors to be configured in the software and for data from theses devices to be recorded by the software. The software must allow the user to calibrate probes, set upper and lower set points for critical process parameters and allow for data analysis to the end of the fermentation. Data should be viewable as text, line, or bar graphs and the software should include audible alarms to warn us when a parameter is out of specification. It must be possible for data to be analyzed using graphical comparisons and correlations to allow us to pick the best clone to move forward in our Process Development Program.). The following instrument and products may be acquired under this acquisition: Item/Description/ Quantity 1) Multifors 2x1000mL w/v 14mL T/V Bacterial Bioreactor (Quantity 1). The following factors shall be used to evaluate offers: 1) price, 2) warranty, and 3) technical capability to meet required specifications. Place of delivery NIH/NIAID, Rockville, Maryland, 20852. The government will award a fixed price purchase order to the responsible contractor. The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212.3 Offeror Representations and Certifications Commercial Items; FAR 52.212-4 Contractor Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. A completed copy of provisions at FAR 52.212-3 Offerors Representations and Certifications Commercial Items must be included. Copies of the aforementioned clauses are available upon request by telephone to Mr. Daniel Herdman at (301) 402-6338. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3, Offerors Representations and Certifications - Commercial Items. Offers must be submitted no later than 5:00 PM Eastern Daylight Time (EDT) June 1, 2009 to Mr. Daniel Herdman. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE52C/MSC 4812, Bethesda, Maryland 20817-4812. Electronic submission will not be accepted. In order to be considered for an award, offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at: www.ccr.gov/ prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.

Bid Protests Not Available

Similar Past Bids

Orlando Florida 29 Jan 2025 at 11 AM
Bureau Illinois 13 Sep 2013 at 4 PM
New hampshire 04 Aug 2009 at 12 PM
New hampshire 13 Aug 2009 at 2 PM
Dayton Ohio 05 Jul 2018 at 4 PM