Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2009 FBO #2821
SOLICITATION NOTICE

66 -- Nanoflow Liquid Chromatography System

Notice Date
8/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-09-1060764
 
Point of Contact
Karen R. Petty, Phone: 301-827-8774
 
E-Mail Address
karen.petty@fda.hhs.gov
(karen.petty@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6. This announcement constitutes the only solicitation and a written solicitation will not be issued. This synopsis, NAICS code 541711, is to notify contractors that the Food and Drug Administration (FDA) is seeking competition of this requirement in accordance with FAR Part 13.106 for the following statement of work, under the simplified acquisition procures. Under the simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-35. This synopsis is designated for 100% Small Business Set Aside competition for a firm fixed-price purchase order. Prospective offerors are responsible for monitoring the FedBizOpps website for the release of any amendments to this solicitation. Hard copies will be provided to individuals eligible under the Americans with Disabilities Act and Rehabilitation Act upon request. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. Mission related regulatory and research projects within the Center for Food Safety and Applied Nutrition require the purchase of a 2-dimensional (2D) nanoflow liquid chromatography (LC) system. The specifications for this device shall include the following: Requirements for 2-D nanoflow LC system a.The nanoflow LC system shall be capable of operation at flow rates of 50 nanoliter/minute to 10 microliters/ minute with no flow splitting. It shall be able to produce these gradients at pressures up to 10,000 psi. The system must be capable of performing true 2-dimensional nanoflow chromatography. This system shall have low solvent and no flow splitting, for eco-friendly low solvent use. This nano-LC system shall be used on mass spectrometers that already exist in the Spectroscopy and Mass Spectrometry Branch and will improve our capability for the characterization of chemical contaminants and biomolecules such as bacteria. Specific minimum requirements: a.Capable of performing 2-D splitless nanoflow liquid chromatography. The system shall contain two dual splitless gradient pumps such that both the first and second dimensions of separation are created by flow from separate dual gradient pumps and not from external injections. Flow rate precision must be <0.5% RSD (at 200 nL/min). b.The primary dual gradient pump shall be capable of delivering gradients at low flow rates from 50-500 nL/min. c.Secondary dual gradient pump shall be capable of delivering a binary gradient to the trapping column at flow rates of 1-10 uL/min for first dimension separation and for elution on to the second dimension column. d.Maximum backpressure of 10,000 psi for both gradient pumps. e.Splitless (direct) pumps with active flow monitoring and direct feedback to guarantee reproducibility and flow rate accuracy within 1 nL/min independent of back pressure and viscosity f.Both gradient pumps shall be capable of trapping samples from the injector on a pre-column for subsequent elution. g.Both gradient pumps shall be self-priming and self-purging. h.Temperature controlled compartment shall be available for both first and second dimension columns. i.Two 10 port column switching valves are required for 2-D separation. These valves shall be low dead volume of < 25 nL and capable of 10,000 psi. Both valves shall be contained in the temperature controlled compartment. j.Gradient delay volume <25 nL. k.Allows for peak parking by rapidly changing flow rate down to 5nL/min in less than 4 s with no additional valves or pumps required. l.Software for instrument control, flow rates, gradient and autosampler shall have drivers for integration into commercial mass spectrometer’s instrument control software. m.Autosampler system with capability of two microtiter plates or two plates of 48 vials. Autosampler sample compartment should be completely enclosed for sample cooling. n.Autosampler injection needle and injection valve shall be bio-inert coated to prevent sticking/ loss of sample. Autosampler shall be capable of rinsing needle inside and outside to reduce carryover. o.Autosampler shall be capable of injection volumes of 200 nL to 10 uL. p.Precision of < 1% RSD for partial loop injections. q.Autosampler shall contain low-dead volume injection valve compatible with pressures up to 10,000 psi. EVALUATION AND AWARD: Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government may award this purchase order to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," (2) Past performance and 3) Price. Technical Capability and past performance when combined are significantly more important than price. The FDA intends to make an award immediately after the response date of this notice. The award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures. CCR: Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information. All responsible sources that can provide and meet the above requirements, shall submit written quotation by the response date. QUESTIONS DUE: All questions must be received by email to: karen.petty@fda.hhs.gov, no later than 4:30pm, EST on or before August 17, 2009. QUOTATIONS DUE: All quotations must be received by email to: karen.petty@fda.hhs.gov, no later than 4:30pm, EST on or before August 21, 2009. Telephone calls will not be accepted. PROVISIONS and CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, and FAR 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-09-1060764/listing.html)
 
Place of Performance
Address: 5100 Paint Branch Parkway, College Park, Maryland, 20708, United States
Zip Code: 20708
 
Record
SN01911179-W 20090815/090814001047-952acd06a989861a140bb7c0ad54cc6c (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.