Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2009 FBO #2762
SOLICITATION NOTICE

66 -- Analytical laboratory Instrument Manufacturing

Notice Date
6/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PB-(HL)-2009-190-DDC
 
Archive Date
7/8/2009
 
Point of Contact
Deborah - Coulter, Phone: (301) 435-0368
 
E-Mail Address
dc143b@nih.gov
(dc143b@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NHLBI-PB-(HL)-2009-190-DDC and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-33 (6/15/2009). The North American Industry Classification (NAICS) Code is 334516 and the business size standard is 500. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. However, this solicitation is not set aside for small business. It is the intent of the National Institutes of Health (NIH) National Heart, Lung and Blood Institute to procure the services from Bruker Daltonics Inc., Manning Park, Billerica, MA 01821 for the following: 1.Part Number: ultraflex™extreme TOF/TOF MALDI-TOF System: MALDI-TIME-Of-Flight Mass Spectrometer for accurate mass determination and structure identification of bio-molecules. Includes scoutMTP™ ion source with extended pulsed ion extraction PAN ™ mass range focusing; modified 1kHz all-solid –state laser with smartbeam II ™ technology for versatile applications with different sample preparation techniques; TOF analyzer for linear and reflectron measurements; TOF/TOF capability for LIFT™ measurements; high-energy CID (Collision-Induced Dissociation) accessory; Data System with digitizer, IN-XP Operation System >=20” LCD Display, Laser printer and Compass ™ for Flex software package for MS control, data acquisition and processing;, to include Installation; Familiarization upon installation; one (1) year warranty; Voucher for Basic Operator Training Course at Bruker Daltonics, quantity one (1) each. 2.Part Number: 256583, Biotools ™3.2 software package: Consist of the following; BioTools software serves as a tool for the identification and detailed characterization of proteins and peptides after mass spectrometric analysis. This includes database search of single spectra and combined MS and MS/MS datasets, loading back of search results and further evaluation by looking for modifications and mutations. The software must also supports extensive de-novo sequencing by the RapiDeNovo module which allows for de-novo sequencing of single spectra or the batchwise handling of multiple spectra. As well as supporting various types of top-down analysis techniques for intact protein characterization and provides sophisticated tools for annotation and database search of these data. Must include CD, manual and one license each for BioTools and RapiDeNovo, quantity one (1) each. The sole source determination is based on the fact that the Laboratory of Biochemistry has a need for a Burker Daltonics ultrafleXtreme system for N-terminal sequencing technology. Edman sequencing technology will not be supported in service and parts in less than four years. There is an urgent need to replace this dated technology. Edman sequencing has been indispensible for a number of applications: •Identification of proteins from emerging diseases which are not in databases, and therefore not amenable to routine protein ID via mass spectrometry. •Identification of modified N-termini on proteins and peptides. •Quality control of expressed proteins used for vaccine production or X-ray crystallography analysis. An additional need, never successfully addressed by any technology is C-terminal sequence information. The Bruker MALDI Tof/Tof would address and overcome these problems. This instrument has the capability to give sequence information from both the N-terminus and C-terminus. In addition, proteins which are N-terminally modified can be successfully analyzed, and disulfide bridges can be mapped with this instrument. The instrument must have the following capabilities: 1) MALDI-Perpetual ion source with cleaning in minutes based upon laser irradiation 2)TOF Analyzer for linear and Reflectron mode measurements 3)TOF/TOF-MS/MS and high energy collisions 4)Sub 1.5 ppm mass accuracy (internal calibration) in MS mode and MS/MS mode 5)Laser provides focus diameters down to 10 µm diameter 6)Up to 1 KHz (variable 1-1000) data acquisition speed in MS and MS/MS mode 7)Gridless two stage ion reflector for superb mass resolution 8)Mass resolution over a broad mass range simultaneously measured (reflector mode): a.> 13,000 for Bradykinin 2-9 (m/z 904) FWHM b.> 19,000 for ACTH 1-17 (m/z 2,093) FWHM c.> 25,000 for ACTH 1-24 (m/z 2,932) FWHM d.> 32,000 for ACTH 7-38 (m/z 3,657) FWHM e.> 28,000 for ACTH 1-39 (m/z 4,539) FWHM 9)Reflector mode mass accuracy: a.< 5 ppm with external calibration b.< 1.5 ppm with internal calibration 10)TOF/TOF mass accuracy: a.Average mass error < 0.05 Da for the relevant fragments of [Glu1]-Fibrinopeptide B (m/z 1,570) 11)TOF/TOF fragment resolution: a.> 1,500 for [Glu1]-Fib fragment m/z 175 b.> 2,500 for [Glu1]-Fib fragment m/z 684 c.> 3,500 for [Glu1]-Fib fragment m/z 1,056 d.> 4,500 for [Glu1]-Fib fragment m/z 1,441 12)Linear on-axis detector for improved performance Performance Requirements on representative data: 1) Provide Top Down Sequencing data for a 25 kDa surface antigen showing at least 45 amino acids from the N-terminal and at least 30 amino acids from the C-terminal in a single MS analysis 2)Provide Top Down Sequencing Data for Methionine Sulfoxide Reductase A showing at least 24 amino acids from the N-terminal and at least 41 amino acids from the C-terminal in a single MS analysis 3)Provide TOF/TOF data (T3 Sequencing) on an ion generated by In Source Dissociation (ISD) for low mass detection of immonium ions Software Requirements: 1)Must supply automated software for the labeling and identification of Top Down Sequencing data. 2)Must be able to accommodate non-standard amino acids The Bruker ultrafleXtreme is the only instrument available which is capable of filling these needs. Therefore, it is to the Government’s best interest to purchase the Bruker Daltonics ultrafleXtreme MALDI-TO/TOF instrument. Market research was conducted by the Government has determined that there were no small businesses available to supply the requested instrument. The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors Commercial; 2) As stated in FAR Clause 52.212-2 (a), 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 following factors shall be used to evaluate offers: Technical Evaluation and Price. 3) FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. This action is under the authority of 41 U.S.C. 253(c)(1), as set forth in FAR 6.302-1 and HHSAR 306-302-1. Only one responsible source and no other supplies or services will satisfy agency requirement. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive quotations however; all responses received within seven (7) days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, the unit price, the 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. Note: In order to receive an award from the NHLBI contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due seven (7) calendar days from the publication date of this synopsis or by June 4, 2009, 7:30am Eastern Standard Time. The quotation must reference Solicitation number NHLBI-PB-(HL)-2009-190-DDC. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Heart, Lung and Blood Institute 6701 Rockledge Blvd., Room Suite 6100, Bethesda, Maryland 20892, Attention: Deborah Coulter. coulterd@nhlbi.nih.gov. Faxed copies will not be accepted. Emails will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB-(HL)-2009-190-DDC/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01848560-W 20090619/090618000630-57120a20ef76e63cd180f01ac745ce58 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.