STREAMLINED SOLICITATIONFOR COMMERCIAL ITEMS
COMBINED SYNOPSIS / SOLICITATION COMPETITIVE
Title: Nal/PMT scintillation detector and PIN diode detector for NIMH Molecular Imaging Branch
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—Simplified Procedures for Certain Commercial Items; and FAR Part 12—Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold.
Purpose and Objectives: The PET Radiopharmaceutical Sciences Section, Molecular Imaging Branch, National Institute of Mental Health, requires three different types of detector systems: We need 1) detector for two analytical HPLC system, 2) detector for preparative HPLC system, and finally 3) detectors for synthesis equipment. For analytical HPLC, we will use NaI /PMT(sodium iodide)/photomultiplier tube detector for quality control of PET radiotracers for molecular imaging study in animal subjects. For preparative HPLC system, we will use PIN diode and electronic interface cards. For synthesis equipment, we will use PIN diode, electronic interface, and PC software to display data in charts of the software running on PC, and record data to the computer hard disk.
Background: These detectors were purchased previously, and they were successfully installed and used in CGMP lab. NIMH PRSS accumulated knowledges and skills in employing these detectors and connecting the detector electronics to the existing HPLC system such as Knauer and Shimadzu. Therefore, acquiring these detectors is the best practice for NIMH PRSS as NIMH PRSS has accumulated knowledges and skills on these detectors.
Purchase Description
Quantity
Description
Purpose
Part no.
Number of items
FlowCountPro
Signal amplifier
One for analytical and one for preparative HPLC. Ech one has two channels
HPLC-6110
2
PMT Detector for high energy gamma
To monitor radioactivity in the analytical HPLC system
B-FC-3200
2
PIN diode detector
To monitor activity in the prep HPLC system
B-FC-3400-A
2
Extended range module
Signal conditioning unit and range selectors for analytical HPLC
B-FC-6106
2
Hot cell base unit
Signal amplifier for PIN diode detectors on the radiosynthesis apparatuses. One for each hot cell
B-HC-1000
2
Linear output card
Amplifier the signal (current) into the voltage linearly proportional to the level of the gamma radiation
B-HC-2200
16
Canned detector
To monitor radioactivity in the various trap such as the methane trap and fluoroform trap
B-HC-3100
16
Detector cables
To conduct the response (low level of current) of the detector to the amplifier board, hot cell detector cables 18 feet long
B-HC-4300
16
software
To display on PC and log data to PC.
B-HC-6000
2
Service from the engineer
To train and to support the installation
B-SVC-TM
1
Salient Characteristics
(a) The following is an addendum to 52.212-2. Responses received to this RFQ will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations.
Responses will be evaluated based on contractor's ability to meet the government's essential requirements stated in this notice and on ability to deliver required supplies. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable" based on the evaluation of responses to determine if, as submitted, the proposal is technically acceptable.
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
interested parties’ bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations.
In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors
must have an active registration in the System for Award Management (SAM) www.sam.gov.”
All responses must be received by 08/30/2021 by 12PMEST and reference number NIH-NIMH-21004699-RFQ. Responses may be submitted electronically to Thien Nguyen at [email protected]
Fax responses will not be accepted.
Thien Nguyen [email protected]
301-827-0914