The three stackable shakers are needed to optimize use of space and number of culture flasks that can be put in them. The shakers will be used for small to large-scale culture of bacteria and yeast cells. Being able to constantly culture large volumes of cells is an essential component of the working of the lab. As well as the lab will also need to culture smaller volumes of cells for different experiments.
The ATR shaker has a speed range from 40-300 RPM with a maximum accuracy of 1% at max speed as well as has the flexibility of using different size flasks and tubes in the shaker. Each ATR shaker can hold eight 2.8l. flasks, for a total of three shakers, that allows a total of six flasks additional capability. The ATR shakers use sticky squares bases that allow the use of different sized flasks without having to change clamps and this is a significant time saver. The sticky surfaces used in the ATR shaker also allows one to use racks with conical tubes with ease as oppose to having the screw the racks in with other shakers which can be difficult. The ATR offers stick squares bases that will be able to use down the line when the installed bases will need to be replaced. The unit is capable of stacking onto the existing Multitron shaker incubators already in use in the lab which is essential, due to space limitations in the lab.
ATR is the sole manufacturer and distributor of the Multitron shaker in the US and the sole company licensed to sell the Multitron shaker.
The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c) (1), FAR 6.302. This notice of intent is not a request for competitive quotations however, all responses received, within twelve (12) days from the date of publication of this synopsis will be considered by the Government.
The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors - Commercial Items; FAR Clause 52.212-2, Evaluation - Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.acquisition.gov/far. Interested vendors capable of furnishing the government with the products specified in this synopsis should submit one (1) copy of their quotation to the below address or via email to [email protected] by the due date and time below. Offers must also be accompanied by descriptive literature, warranties and/or other information that demonstrates that the offer meets all of the foregoing requirements. Quotations will be due twelve (12) calendar days from the publication date of this synopsis or by August 27, 2012 before 10:00 a.m. EST. The quotation must reference "Solicitation number" NICHD-12-085. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to Eunice Kennedy Shriver National Institute of Child Health and Human Development, 6100 Executive Boulevard, Room 5Z00, Bethesda, MD 20852. Attention: Tina Robinson. Any questions must be sent via email to [email protected] and must include solicitation# NICHD-12-085 in the subject line of email. Faxed copies/responses will not be accepted.
Note: In order to receive an award, contractor must be registered and have valid certification in the www.sam.gov (formerly Central Contractor Registration) database/website.