Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2013 FBO #4261
SOURCES SOUGHT

66 -- Solution X-ray Scattering Apparatus

Notice Date
7/23/2013
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105, Bethesda, Maryland, 20894, United States
 
ZIP Code
20894
 
Solicitation Number
NIHLM2013788
 
Archive Date
8/16/2013
 
Point of Contact
Lisa S. Josephowitz, Phone: 301-594-7725
 
E-Mail Address
josephol@mail.nih.gov
(josephol@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This Small Business Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. The National Institutes of Health (NIH), National Library of Medicine, NIDDK Acquisitions Branch 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 HUBZone small businesses capable of providing: A Small Angle X-Ray Scattering System (quantity: 1), Automatic Sample Changer for Small Angle X-Ray Scattering System (quantity: 1), Capillary Cell for Capillary Cell Sample Charger, (quantity: 1). The lab has a requirement to carry out small angle solution X-ray scattering (SAXS) data measurements on proteins, nucleic acids and protein/detergent complexes under a variety of solution conditions, in order to evaluate macromolecular interactions. In order to apply this technique to flexible or otherwise dynamic architectures as well as to mixtures of constituents of different sizes (such as proteins solubilized by detergents), the X-ray radiation derived on the sample has to be in an unsmeared point-collimation (or equivalent) geometry. The instrument should allow for collection of the X-ray scattering data within the q-range from 0.008Å-1 to 0.6 Å-1. The instrument should be equipped with an area detector for the scattered radiation with individual pixels of a size of no more than 200 x 200 m and dark current not exceeding 1 count/pixel/hr. The solution X-ray scattering instrument shall be equipped with a temperature control unit capable of operating within the range from 0ºC to 100ºC, a flow-through sample-loading capability in addition to an also provided static cell setup, and a programmable robotic unit for automatically loading of no less than 8 samples provided in standard 0.2-1.5 mL microfuge tubes in accordance to a user-selected schedule. The instrument shall be equipped with a device allowing for real-time measurement of the direct X-ray beam intensity transmitted through the sample cell throughout the experiment such as a pin diode mounted on the beam stop or a semi-transparent beam stop. Recordings from this device should be stored and be user-accessible in a digital form following each measurement session. The instrument shall have demonstrated performance with the signal/noise comparable or exceeding the profiles shown in the attached figure files when collected on a sample of 6 mg/mL hen egg white lysozyme during 30 minute acquisitions each on sample and aqueous buffer, and integrated with the q-increment of 0.001-0.0015 Å-1. The manufacturer should guarantee that this performance is met with such standard sample measurement once the instrument is delivered after its installation at NIDDK. The instrument should come with software allowing for scheduling of experimental data collections and flow cell washes between measurements, reduction of the raw 2D data to the 1D profile with Å-1 as angular units, sample/buffer subtraction, and basic data analysis tools including Guinier fit and extraction of the P(r) function via regularized Fourier transform of the scattering data. The instrument shall include motorized computer-driven controls for beam collimation as well as beam stop and sample cell positioning. The instrument shall allow for accessing the 2D array of detector pixel counts recorded during data measurement in the ASCII format. In addition, the installation of the equipment shall include modification and relocation of an existing rotating anode X-ray generator. It is to be attached to an existing rotating anode X-ray generator or include its own rotating anode X-ray source and must be fully compatible and seamlessly integratable with our existing equipment. Interested firms with the capability of providing the required items are requested to submit a capability statement 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 business size standard of 500 employees. All respondents are requested to identify their firms 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 15 pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement should include references. A copy of the capability statement must be received at the address identified in this synopsis on 08/01/13. 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 provided 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 response 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/NIH/OAM/NIHLM2013788/listing.html)
 
Record
SN03124048-W 20130725/130723234859-c13129d37da65a005373bf079c07f0af (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.