SOURCES SOUGHT
65 -- Ultra Precision Liquid Chromatography- Mass Spectrometer
- Notice Date
- 6/6/2014
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA(SSSA)-SBSS-14-278
- Archive Date
- 6/28/2014
- Point of Contact
- Farrin Stanton,
- E-Mail Address
-
farrin.stanton@nih.gov
(farrin.stanton@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources, (2) whether they are small businesses; HUBZone small businesses, service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals or quotes. No award will be made as a result of this notice. The Government will NOT be responsible for any costs incurred by the respondents to this notice. The notice is strictly for research and information purposes only. The information requested will assist the Government in determining the appropriate acquisition method, including whether a small business social-economic set-aside, competitive or non-competitive method is possible, and to determine the availability of qualified companies technically capable of meeting the Government's requirement. ALL organizations with the capability and availability to perform the requirement under the applicable NAICS code are invited to submit a response to this notice. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE 334516 ANALYTICAL LABORATORY INSTRUMENT MANUFACTURING PROJECT DESCRIPTION This instrument specification is for an Ultra Performance Liquid Chromatograph-Mass Spectrometer (UPLC–MS) Minimum Mandatory Requirements: Physical Specifications Dimensions required: System shall no part of the system shall be larger than Width: 20 in. Depth: 25 in. And total Height should not exceed: 60 in 1 UPLC-MS QUATERNARY PUMP 1.1 The pump must be a quaternary pump designed for Ultra Performance Liquid Chromatography of 15,000 psi and designed to blend up to four solvents simultaneously in any proportion or concentration. 1.2 The pump shall have an integrated degasser, which should operate up to the maximum flow rate, with an independent channel for each solvent. The degasser shall support up to 2 additional channels for the sample manager. 1.3 The pump shall have an optional and integrated solvent select valve on one solvent line adding additional 6 solvent capability (a total of nine solvents). 1.4 The pump solvent composition must be settable from 0.0 -100% in 0.1% increments, with compositional accuracy of ± 0.5%, from 5 to 90%, from 0.500 to 2.000 mL/min. The compositional precision of the pump shall be 0.15% RSD. 1.5 The maximum operating pressure of the pump must be 15,000 psi (pounds per square inch) or 1,034 bar with user selectable upper and lower pressure limits within the settable range of the flow rate. 1.6 The pump contribution to delay volume shall be <375 µL with 100µL mixer configured. 2 UPLC-MS SAMPLE MANAGEMENT 2.1 The sample manager must be designed for Ultra Performance Liquid Chromatography – able to operate up to 15,000 psi (pounds per square inch) or 1,034 bar pressure. 2.2 The sample manager must have a settable temperature range from 4°C to 40 °C in 1 °C increment to provide an environment for temperature sensitive samples. A means to ensure that the internal vial temperature is constant shall be enabled. 3 UPLC-MS COLUMN MANAGEMENT 3.1 The column compartment must be designed for Ultra Performance Liquid Chromatography, designed to operate up to 15,000 psi (pounds per square inch) or 1,034 bar pressure. 3.2 A column heater contribution to delay volume shall be typically <2 µL with active pre-heating. 3.3 The column heater compartment must support one column, from 1.0mm to 4.6mm ID to up to 150mm in length, with a pre-filter or guard column. 3.4 The column compartment must be able to heat the column from 20°C to 90° C. 3.5 The column compartment must be able to actively pre-heat the mobile phase solvent and enhance the method transfer between column compartments. The column compartment shall support option passive pre-heating. 3.6 The system shall support re-usable high pressure (15,000 psi rated) fittings. 4 UPLC-MS SYSTEM 4.1 The total system dwell volume, with default system setting shall be <400 µL. 4.2 The system shall support an automatic startup program which readies the solvents for the pump and the sample manager automatically. 4.3 UPLC system software shall provide a calculator for scaling HPLC methods for transferring from HPLC to UPLC. The software will scale from UPLC to HPLC. The method settings shall be fully transferable into the UPLC system instrument method to avoid transcription errors. The UPLC system software shall include optional and programmable allowances for system dwell volumes and gradient differences. The calculator shall be available with all UPLC system regardless of CDS used. 5 Requirements for the QDa Detector 5.1 Single piece probe capillary Minimized post-column dispersion to maintain high efficiency of UPLC separation. 5.2 Pre-optimized ionization source Zero user-adjustment for ionization source set up for consistent performance. 5.3 Ionization source flow rate compatibility to 2 ml/min 5.4 Rapid positive/negative ionization mode switching Ability to switch between positive and negative ion modes in 25 ms 5.5 Z-spray ion source Dual orthogonal geometry is preferred to enable efficient transmission of ions into analyzer at the same time as providing removal of non-ionized materials. 5.6 Sample aperture Reverse cone geometry is preferred to for maximized robustness. 5.7 Tool-free user maintenance 5.8 Dual off-axis ion guides Dual off-axis ion guides for elimination of neutral noise with increased sensitivity and robustness 5.9 Scan speed to 10,000 Da/s 5.10 Automated acquisition Automatically-optimized single ion recording (SIR) and full scan (FS) analysis in m/z range 30-1250. 5.11 Automated mass calibration & verification and mass resolution control & verification Automated mass calibration & verification and mass resolution control & verification for consistent data quality. 5.12 Detector The QDa Detector shall incorporate a low noise dynolite photomultiplier detector positioned after the mass analyzer. A high voltage conversion dynode and high voltage phosphor need to be positioned orthogonally to the analyzer for the elimination of neutral noise. The detector shall operate in both positive and negative ion mode, which can be switched rapidly (25 ms). CAPABILITY STATEMENT /INFORMATION SOUGHT Respondents must provide, as part of their responses, clear and convincing documentation of their capability of providing the item(s) specified in this notice. Contractors that believe they possess the ability to provide the required must submit specific documentation of their ability to meet each of the project requirements to the Contract Specialist. Contractors must provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Farrin Stanton, Contract Specialist, at Farrin.Stanton@nih.gov in MS Word format by or before the closing date of this announcement. All responses must be received by the specified due date and time in order to be considered. The response must be received on or before June 13,2014, 4:00pm, eastern time. CONCLUDING STATEMENTS Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government intends to negotiate a fixed-price purchase order. 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/NIDA-2/HHS-NIH-NIDA(SSSA)-SBSS-14-278/listing.html)
- Place of Performance
- Address: NIMH, Bldg 49 Rm B1C72, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03388488-W 20140608/140606234920-54ea33d322c43e3f46c505533b6fdc69 (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 |