SOURCES SOUGHT
66 -- GCxGC TOF Mass Spectrometry System
- Notice Date
- 12/17/2012
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- FDA1113427
- Archive Date
- 1/8/2013
- Point of Contact
- Regina R. Williams, Phone: (870) 543-7012
- E-Mail Address
-
regina.williams@fda.hhs.gov
(regina.williams@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE to determine the availability and capability of potential small businesses (including HUBZone firms; certified 8(a), Small Disadvantaged, veteran and service-disabled veteran-owned small businesses, and women-owned small businesses. The Food and Drug Administration (FDA) is seeking capability statements from companies that are capable of providing a 2-Dimensional Gas Chromatography (GC x GC) coupled with Time-of-Flight (TOF) Mass Spectrometry System, supporting accessories, and three (3) option years for service/maintenance agreement. The Office of Regulatory Affairs (ORA), Arkansas Regional Laboratory (ARL) will utilized the 2-Dimensional Gas Chromatography (GC x GC) coupled with Time-of-Flight (TOF) Mass Spectrometry System to streamline the analysis of Polychlorinated Biphenyls (PCBs) and Polybrominated Diphenyl Ethers (PBDEs) to allow further method development using the instrument in the Persistent Organic Pollutants (POPs) arena such as using a single extract for the analyses of chlorinated pesticides and possible combining with the PCB extract. New Equipment ONLY. The system shall meet the following specifications: • The system shall be compatible with the existing ChromaTOF Software version 4.50 currently being used manufactured by Leco Corporation. • The system shall analyze in a single run and quantitatively determined via using a 5 point calibration curve. • The check standard shall be processed throughout automation without manual intervention. • Spectra shall be able to collect up to 500 spectra per second and provide deconvolution algorithm for co-eluting peaks. This will be demonstrated by separation of PCB 28 (C-12 versus C-13) and PCB 31 in addition to the separation of TCDD column performance standard and PCB 123. • No phthalate or other interferences created from the equipment or manufacturers consumables shall be noted in any mass spectrum. • The system shall have the ability to separate column bleed and noise from analytes of interest in the 2nd dimension. • The system shall include installation, training, and one-year warranty. • Option: Three (3) option years for service maintenance agreement. The associated North American Industry Classification System (NAICS) Code is 334516 - Analytical Laboratory Instrument Manufacturing, Small Business Size Standard is 500 employees. Interested offerors should submit their capability statement not exceeding fifteen (15) pages in length, excluding standard brochures. Potential contractors must indicate business size, proof of any set-aside certification and company's DUNS number and provide a contact name, the mailing address, phone number, email address of point of contact. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. Capability statements must provide enough information to determine if the company can meet the requirement. At a minimum provide the following: All descriptive material necessary for the government to determine whether the product offered meets the technical requirements including: technical specifications, descriptive material, literature, brochures and other information corresponding to each item, which demonstrates the capabilities of the contractor to meet the requirement. Interested Contractors must respond with capability statements which are due in person, by postal mail, fax or email to the point of contact listed below on or before December 24, 2012, 1:00 pm (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, OAGS/FOB, Attn: Regina Williams, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. Reference solicitation number FDA1113427. 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(s)."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA1113427/listing.html)
- Record
- SN02950173-W 20121219/121217234225-8cdf22d7dcf1c84bf425c939d4e83096 (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 |