AKTA Go Chromatography System or Equal
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Aug 03, 2023 04:22 pm EDT
- Original Date Offers Due: Aug 09, 2023 10:00 am EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Aug 24, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
- NAICS Code:
- 334516 - Analytical Laboratory Instrument Manufacturing
- Place of Performance: Bethesda , MDUSA
Description
COMBINED SYNOPSIS / SOLICITATION
COMPETITIVE
Classification code: 66
Title: AKTA Go Chromatography System or Equal
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 is 75N95023Q00406 and the solicitation is issued as a 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—Simplified Procedures 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 2023-04, dated 2 June 2023.
The solicitation is unrestricted and open to all offerors. The associated NAICS code is 334516 and the small business size standard is 1000 employees.
Supplies or Services and Prices
The National Institute of Neurological Disorders and Stroke (NINDS) has a requirement for an AKTA Go Chromatography System or Equal.
The Contractor shall deliver and install the equipment within 15 days after receipt of order. Delivery must be Freight on Board (FOB) Destination and include inside delivery. Delivery, installation and training must be performed at 35 Convent Drive, Room 3B205, Bethesda, MD 20892 between the hours of 9:00 am and 5:00 pm, local prevailing time, Monday through Friday. The equipment shall be delivered and installed in coordination with the Contracting Officer’s Representative (COR). The contractor shall provide an Original Equipment Manufacturer (OEM) certified service technician to perform setup, installation, and training for staff members.
Price Schedule
Line Item: 0001
Item: Product Code 29383015 – AKTA Go
Quantity: 1
Total Price: $__________
Line Item: 0001A
Item: Equal Product Code ________ – Equipment Name__________
Quantity: 1
Total Price: $__________
Line Item: 0002
Item: Product Code 29702890 – UNICORN 7 WrkStn pure BP exp
Quantity: 1
Total Price: $__________
Line Item: 0002A
Item: Equal Product Code ________ – Equipment Name__________
Quantity: 1
Total Price: $__________
Line Item: 0003
Item: Product Code 28956500 – Air sensor L9 1.5mm
Quantity: 1
Total Price: $__________
Line Item: 0003A
Item: Equal Product Code ________ – Equipment Name__________
Quantity: 1
Total Price: $__________
Line Item: 0004
Item: Product Code 28956342 – Adapter for air sensor
Quantity: 1
Total Price: $__________
Line Item: 0004A
Item: Equal Product Code ________ – Equipment Name__________
Quantity: 1
Total Price: $__________
Line Item: 0005
Item: Product Code 28956327 – Bottleholder
Quantity: 1
Total Price: $__________
Line Item: 0005A
Item: Equal Product Code ________ – Equipment Name__________
Quantity: 1
Total Price: $__________
Line Item: 0006
Item: Product Code 18111089 – Injection Kit Inv 907
Quantity: 1
Total Price: $__________
Line Item: 0006A
Item: Equal Product Code ________ – Equipment Name__________
Quantity: 1
Total Price: $__________
Line Item: 0007
Item: Product Code 29011367 – Column Valve Kit V9 C 5 columns
Quantity: 1
Total Price: $__________
Line Item: 0007A
Item: Equal Product Code ________ – Equipment Name__________
Quantity: 1
Total Price: $__________
Line Item: 0008
Item: Product Code 28956282 – Column holder
Quantity: 1
Total Price: $__________
Line Item: 0008A
Item: Equal Product Code ________ – Equipment Name__________
Quantity: 1
Total Price: $__________
Line Item: 0009
Item: Product Code 29454032– Fraction collector F9 T
Quantity: 1
Total Price: $__________
Line Item: 0009A
Item: Equal Product Code ________ – Equipment Name__________
Quantity: 1
Total Price: $__________
Line Item: 0010
Item: Product Code 29476924 – F9 T tunnel
Quantity: 1
Total Price: $__________
Line Item: 0010A
Item: Equal Product Code ________ – Equipment Name__________
Quantity: 1
Total Price: $__________
Line Item: 0011
Item: Product Code 29435648 – Warranty Extension – 48 months
Quantity: 1
Total Price: $__________
Line Item: 0011A
Item: Equal Product Code ________ – Equipment Name__________
Quantity: 1
Total Price: $__________
Line Item: 0012
Item: Product Code n/a – shipping, installation, training
Quantity: 1
Total Price: $__________
Line Item: 0012A
Item: Equal Product Code ________ – Equipment Name__________
Quantity: 1
Total Price: $__________
Total Price: $__________
Background and Requirement
The National Institute of Neurological Disorders and Stroke (NINDS), The Cell Biology and Biophysics Unit (CBBU) conducts biophysical and structural studies on microtubules and microtubules regulating proteins with focused on understanding the function of post-translational modifications on the recruitment of cellular effectors. The required chromatography system is needed for preparation of proteins used on daily basis for multiple ongoing research projects.
Brand Name or Equal AKTA Go Chromatography System
29383015 – AKTA Go
29702890 – UNICORN 7 WrkStn pure BP exp
28956500 – Air sensor L9 1.5mm
28956342 – Adapter for air sensor
28956327 – Bottleholder
18111089 – Injection Kit Inv 907
29011367 – Column Valve Kit V9 C 5 columns
28956282 – Column holder
29454032– Fraction collector F9 T
29476924 – F9 T tunnel
29435648 – Warranty Extension – 48 months
shipping, installation, training
Salient characteristics:
The salient physical, functional, or performance characteristics that “equal” products must meet are as follows:
- footprint of 335 × 464 mm (width × depth) and height 705 mm with of F9-T tunnel, to fit in the cold cabinet space.
- Fraction collector must be compatible with a range of deep-well plates, microplates, and small tubes. F9-T can be placed in a tunnel underneath the system for optimization of cold-room space.
- UV monitor is silent and eco-friendly with low power consumption and long life span. Requires no warm-up prior to runs and does not heat samples
- In order to control biomolecule separations, a conductivity detector that functions in the range of one mS/cm to 999.9 mS/cm is needed
- System have to work with up to 25 ml/min flow rate and pressure up to 5MPa to support commonly used chromatography techniques
- Because we will be using salt buffers, the entire wetted flow path of the system must be inert to halides. The pump heads must be titanium. This stops the buildup of hydrophobic products within the pump head. All valves and tubing must be PEEK.
- The pumps, UV, conductivity monitors, valves and fraction collector must all be specified for use in a cold room at 4 degrees C.
- System must be equipped with static mixer, which requires low maintenance due to no moving parts
- The system must have modular design, which brings versatility and flexibility in using the system. Additional parts/modules can later be added on to further expand the system capability and productivity.
- The platform shall contain a sample inlet valve
- The unit shall contain air sensor, automatically detecting and prevent air from entering columns and enable the safer exclusion of air from the system.
- The system must be control by software UNICORN version 7.0 or later (or equal), which provides a fast and simple start to creating methods and starting runs, easy protocol transfer during scale-up and an improved visual interface for intuitive and flexible method editing. It also allows of easy access to manual controls even during method runs.
- The chromatography system must be compatibility with existing equipment (AKTA Pure 25 M1) and the associated chromatography columns, connecting parts and tubing used in the laboratory.
- Installation shall be provided by a manufacturer certified service technician.
- On-line/remote training
- Technical Support available on site and via phone/email with Protein Purification Applications Scientist
- Warranty extension for an additional 48 months for unlimited service repair coverage (travel, labor and parts)
Contract Type and Period of Performance
It is the Government’s intent to issue a Firm Fixed Price Purchase Order. The Contractor shall deliver and install the equipment within 15 days after receipt of order. Delivery must be Freight on Board (FOB) Destination and include inside delivery. Delivery, installation and training must be performed at 35 Convent Drive, Room 3B205, Bethesda, MD 20892 between the hours of 9:00 am and 5:00 pm, local prevailing time, Monday through Friday. The equipment shall be delivered and installed in coordination with the Contracting Officer’s Representative (COR). The contractor shall provide an Original Equipment Manufacturer (OEM) certified service technician to perform setup, installation, and training for staff members.
Place of Performance
National Institutes of Health - Main Campus
NINDS Cell Biology and Biophysics Unit
35 Convent Drive
Bldg. 35, Rm. 3B-205
Bethesda, MD 20892-3701
(FOB Destination)
Contracting Officer's Representative (COR)
The following Contracting Officer's Representative (COR) will represent the Government for the purpose of this contract:
[To be specified at time of award]
The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance.
The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; (5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements. The Government may unilaterally change its COR designation.
The provision at FAR clause 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition and is incorporated by reference.
The provision at FAR clause 52.212-2, Evaluation – Commercial Items, applies to this acquisition.
- The Government will award a purchase order resulting from this solicitation on the basis of lowest price technically acceptable. Technical acceptability will be evaluated based upon the following:
- The Offeror must include all brand name or equal equipment detailed in the project requirements in its quotation.
- Or Equal equipment must meet or exceed each salient characteristic in the table below.
Brand Name or Equal AKTA Go Chromatography System
29383015 – AKTA Go
29702890 – UNICORN 7 WrkStn pure BP exp
28956500 – Air sensor L9 1.5mm
28956342 – Adapter for air sensor
28956327 – Bottleholder
18111089 – Injection Kit Inv 907
29011367 – Column Valve Kit V9 C 5 columns
28956282 – Column holder
29454032– Fraction collector F9 T
29476924 – F9 T tunnel
29435648 – Warranty Extension – 48 months
shipping, installation, training
Salient characteristics:
The salient physical, functional, or performance characteristics that “equal” products must meet are as follows:
Yes/No
Comment/Reference
footprint of 335 × 464 mm (width × depth) and height 705 mm with of F9-T tunnel, to fit in the cold cabinet space.
Fraction collector must be compatible with a range of deep-well plates, microplates, and small tubes. F9-T can be placed in a tunnel underneath the system for optimization of cold-room space.
UV monitor is silent and eco-friendly with low power consumption and long life span. Requires no warm-up prior to runs and does not heat samples
In order to control biomolecule separations, a conductivity detector that functions in the range of one mS/cm to 999.9 mS/cm is needed
System have to work with up to 25 ml/min flow rate and pressure up to 5MPa to support commonly used chromatography techniques
Because we will be using salt buffers, the entire wetted flow path of the system must be inert to halides. The pump heads must be titanium. This stops the buildup of hydrophobic products within the pump head. All valves and tubing must be PEEK.
The pumps, UV, conductivity monitors, valves and fraction collector must all be specified for use in a cold room at 4 degrees C.
System must be equipped with static mixer, which requires low maintenance due to no moving parts
The system must have modular design, which brings versatility and flexibility in using the system. Additional parts/modules can later be added on to further expand the system capability and productivity.
The platform shall contain a sample inlet valve
The unit shall contain air sensor, automatically detecting and prevent air from entering columns and enable the safer exclusion of air from the system.
The system must be control by software UNICORN version 7.0 or later (or equal), which provides a fast and simple start to creating methods and starting runs, easy protocol transfer during scale-up and an improved visual interface for intuitive and flexible method editing. It also allows of easy access to manual controls even during method runs.
The chromatography system must be compatibility with existing equipment (AKTA Pure 25 M1) and the associated chromatography columns, connecting parts and tubing used in the laboratory.
Installation shall be provided by a manufacturer certified service technician.
On-line/remote training
Technical Support available on site and via phone/email with Protein Purification Applications Scientist
Warranty extension for an additional 48 months for unlimited service repair coverage (travel, labor and parts)
In addition to completing the table above, the respondents must provide brochures and/or published technical specifications that provide evidence of or equal equipments ability to meet the specifications in the table above.
- Options – Not applicable and will not be evaluated.
(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.
Offerors shall include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications—Commercial Items, with its offer. (see Attachment 2)
The FAR clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition and is incorporated by reference.
Addendum to FAR clause 52.212-4, Contract Terms and Conditions—Commercial Items applies to this acquisition. The additional contract terms and conditions are as follows.
52.204-7 System for Award Management (Oct 2018)
52.204-13 System for Award Management Maintenance. (Oct 2018)
52.204-16 Commercial and Government Entity Code Reporting (Aug 2020)
52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)
52.204-20 Predecessor of Offeror (Aug 2020)
52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
52.242-15 Stop-Work Order (Aug. 1989)
(a) The Contracting Officer may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the work called for by this contract for a period of 90 days after the order is delivered to the Contractor, and for any further period to which the parties may agree. The order shall be specifically identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Within a period of 90 days after a stop-work is delivered to the Contractor, or within any extension of that period to which the parties shall have agreed, the Contracting Officer shall either --
(1) Cancel the stop-work order; or
(2) Terminate the work covered by the order as provided in the Default, or the Termination for Convenience of the Government, clause of this contract.
(b) If a stop-work order issued under this clause is canceled or the period of the order or any extension thereof expires, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule or contract price, or both, and the contract shall be modified, in writing, accordingly, if --
(1) The stop-work order results in an increase in the time required for, or in the Contractor’s cost properly allocable to, the performance of any part of this contract; and
(2) The Contractor asserts its right to the adjustment within 30 days after the end of the period of work stoppage; provided, that, if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon the claim submitted at any time before final payment under this contract.
(c) If a stop-work order is not canceled and the work covered by the order is terminated for the convenience of the Government, the Contracting Officer shall allow reasonable costs resulting from the stop-work order in arriving at the termination settlement.
(d) If a stop-work order is not canceled and the work covered by the order is terminated for default, the Contracting Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop-work order.
(End of Clause)
FAR 52.211-6 Brand Name or Equal (Aug 1999)
- If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation.
(b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must-
(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;
(2) Clearly identify the item by-
(i) Brand name, if any; and
(ii) Make or model number;
(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
(4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.
(c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.
(d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation.
(End of provision)
FAR 52.225-2 Buy American Certificate.
Buy American Certificate (Oct 2022)
(a) (1) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component.
(2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select “no”.
(3) The Offeror shall separately list the line item numbers of domestic end products that contain a critical component (see FAR 25.105).
(b) Foreign End Products:
(4) The terms “commercially available off-the-shelf (COTS) item,” “critical component,” "domestic end product," "end product," and "foreign end product" are defined in the clause of this solicitation entitled "Buy American-Supplies."
Line Item No.
Country of Origin
Exceeds 55% domestic content (yes/no)
______________
_________________
_________________
______________
_________________
_________________
______________
_________________
_________________
[List as necessary]
(c) Domestic end products containing a critical component:
Line Item No. ___
[List as necessary]
(d) The Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation.
(End of provision)
FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items (Jun 2023), applies to this acquisition and is incorporated by reference. The following clauses listed in FAR clause 52.212-5 that are applicable to the acquisition are:
52.209-6 Protecting the Government’s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021)
52.204-27 Prohibition on a ByteDance Covered Application (Jun 2023)
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020)
52.222-3 Convict Labor (June 2003)
52.222-19 Child Labor—Cooperation With Authorities and Remedies (Dec 2022)
52.222-21 Prohibition of Segregated Facilities (Apr 2015)
52.222-26 Equal Opportunity (Sep 2016)
52.222-36 Equal Opportunity for Workers With Disabilities (Jun 2020)
52.222-50 Combating Trafficking in Persons (Nov 2021)
52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)
52.225-1 Buy American – Supplies (Oct 2022)
52.225-13 Restriction on Certain Foreign Purchases (Feb 2021)
52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Oct. 2018)
The following provisions and clauses apply to this acquisition and are attached in full text. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 in accordance with FAR 4.2103 Procedures and submit with its quotation.
• FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) (See Attachment 2)
• FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) (See Attachment 2)
• FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (JUN 2023) (See Attachment 3)
• NIH Invoice and Payment Provisions with IPP (Updated 4/21/2022) (See Attachment 4)
There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.
The Defense Priorities and Allocations System (DPAS) is not applicable to this requirement.
All questions shall be received via email to Sneha Singh at sneha.singh@nih.gov before 5:00 p.m., Eastern Standard Time, on Friday, August 4, 2023.
Responses to this solicitation must include clear and convincing evidence of the offeror’s capability of fulfilling the requirement as it relates to the technical evaluation criteria.
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 on or before 10:00 a.m., Eastern Standard Time, on Wednesday, August 9, 2023, and reference RFQ number 75N95023Q00406. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Responses shall be submitted electronically to the Contract Specialist at sneha.singh@nih.gov.
Fax responses will not be accepted.
For information regarding this solicitation, please contact the Contract Specialist, Sneha Singh at sneha.singh@nih.gov.
Attachments:
Attachment 1 - Purchase Description
Attachment 2 - Additional Terms and Conditions
Attachment 3 - FAR 52.212-5 Contract Terms and Conditions – Commercial Products and Commercial Services (JUN 2023)
Attachment 4 - NIH Invoicing Instructions with IPP
Attachments/Links
Contact Information
Primary Point of Contact
- Sneha Singh
- sneha.singh@nih.gov
Secondary Point of Contact
History
- Aug 24, 2023 11:55 pm EDTCombined Synopsis/Solicitation (Original)
- Jul 15, 2023 11:55 pm EDTSources Sought (Original)