Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOURCES SOUGHT

66 -- Protein Purification System

Notice Date
8/30/2011
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
National Institutes of HealthNational Library of Medicine6707 Democracy Blvd.Suite 700WBethesdaMD20892-7511
 
ZIP Code
20892-7511
 
Solicitation Number
NIHLM2011190
 
Response Due
9/9/2011
 
Archive Date
10/9/2011
 
Point of Contact
OWENS-COBBLAH, SONYA +1 301 594 4666, owenscobblahs@mail.nih.gov
 
E-Mail Address
OWENS-COBBLAH, SONYA
(owenscobblahs@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Institutes of Health (NIH), National Library of Medicine (NLM), on behalf of the National Institute of Diabetes and Digestive Diseases (NIDDK) is conducting a market survey to determine the availability and technical capability of qualified small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses or HUB Zone small businesses that can provide a protein purifier. The purifier will be incorporate with existing protein purification instrumentation in the Biotechnology Lab pilot plant. The Protein Purifier shall offer: (1) The ability to purify biomolecules from complex starting materials. (2) Flow rate range of.001-10 mls/min at pressures ranging from 0-3625 psi. System must have option of adding alternate pump heads to increase flow rate range to 0.01- 100ml/min. and 1450 psi. pressure. (3) The system must be a two-pump gradient system, with dynamic mixing. The system must come supplied with both a 0.6 ml and a 2.0 ml interchangeable mixing chambers for gradients at higher flow rates. (4) The entire wetted flow path of the system must be inert to halides; therefore the pump heads must be titanium with valves and tubing PEEK. The system pumps should allow operation of the system at zero backpressure to ensure system compatibility with standard low-pressure chromatography supports (5) The controller must allow programs to be time-based, volume-based, or column-volume based. (6) The system should include the option of integrating an already available fraction collector XY type with the capacity of 120 X 16mm tubes and 8 X 30mm tubes. (7) The system should include 4 (four) motorized valves for sample injection, column selection, and outlet flow selection, with an option to add 5 more motorized valves for a total of 9 (nine). These motorized valves should provide feedback to the control system to ensure proper orientation of all valves, and documentation of valve positions at all times. These valves should be driven electronically and require no external air or pressure to operate. (8) The system controller should allow the user to entering details of the next purification at the same time the current separation is being done, or to simultaneously integrating and evaluating results of earlier runs. The software should allow complete manual control of all parameters and running conditions while running a method. (9) Control of motorized valves, fraction collector, dynamic gradient mixer, and auto sampler must all be possible from the system controller.(10) The pumps, UV, pH and conductivity monitors, valves and fraction collector must all be specified for use in a cold room at 4 degrees C. (11) The controller must should be able to accept 7 input signals (e.g. UV wavelength, conductivity, pH, temperature, pressure), and to plot, and integrate these signals, as well as using them to trigger sub-routines in the programming when the signal exceeds a preset threshold, to allow the automation of multi-dimensional separations. (12) The system should include one automatic three-position injection valve (load, inject, and wash positions), which will allow for sample loading onto the column, and 2 switch valves to allow automatic buffer blending. (13) The system controller should allow optimization of separation parameters (e.g. sample volume, flow rate, gradient slope) by using small amount of sample to be consumed in optimizing the purification scheme, after which the best regime can be scaled up on the same LC system. The system must include a sample pump to automatically load up to 8 samples with the sample selection valve. (14) Column equilibration before and after sample injection and elution, should be monitored with a feed-back loop to ensure that the equilibration is completed. (15) Documentation of each run should be automatic and exhaustive for the purpose of preparation of clinical grade material. Access to the controller must be by user name with password and level of access by each user must be definable by administrator. Post-run chromatographic analysis and reporting functions should also be included. (16) The system should have a definable pressure limit system that will stop the pump and generate an audible and visual warning in the event the pressure exceeds the preset limit. We also require that the controller allow the user the option of including in his/her chromatographic methods programs, commands which will automatically reduce the flow rate if an over-pressurization occurs as sample is being applied or eluted from the column. Additional variables which should also be programmable to trigger sub-routines (e.g. new tube on fraction collector; valve changes; etc.) should include UV or conductivity signals. (17) The controller should be able to turn off the pump flow when a signal is received from the fraction collector. The system must automatically and continuously be able to record throughout each chromatographic run the following parameters: flow rate; 3 auto-scaled UV signals; actual AND programmed conductivity of the eluent; eluent pH; system pressure; accumulated time of run; valve positions, activity of a fraction collector. It should allow for post-run analysis of chromatograms, export of data to other spreadsheet programs, and generation of written reports. This request is for interested firms with the capability of providing the items listed above and to submit a capability statement along with projected pricing, to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. The intended procurement will be classified under North American Industrial Classification (NAICS) code 334516 with a size standard of 500 employees. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE:Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e., small/large) and DUNS number. All respondents are requested to identify their firm's size and type of business. Interested firms responding to this market survey must provide (a) capability statement demonstrating their experience, skills and capability to fulfill the Government's requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed 10 pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement, not to exceed 10 pages, should include references. A copy of the capability statement must be received at the address identified in this synopsis by no later than close of business (4:30 pm local time at designated location) on September 9, 2011. Responses by fax or e-mail WILL BE ACCEPTED. This announcement is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. DISCLAIMER AND IMPORTANT NOTES: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality - No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIHL/NIHLM2011190/listing.html)
 
Record
SN02555712-W 20110901/110831000214-08f5a1bb7627e430e57cd1c7165030b2 (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.