Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2014 FBO #4613
SOURCES SOUGHT

66 -- Liquid Chromatography Purification Systems

Notice Date
7/10/2014
 
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-FY14-389
 
Archive Date
8/1/2014
 
Point of Contact
Paul C. Marsalese, Phone: 3015941971
 
E-Mail Address
paul.marsalese@nih.gov
(paul.marsalese@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. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. 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. This notice is strictly for research and information purposes only. North American Industry Classification System (NAICS) CODE: The NAICS code applicable to this requirement is 334516 - Analytical Laboratory Instrument Manufacturing - and the associated small business size standard of 500 employees. Purpose and Objectives for the Acquisition: The mission of the National Institute of Mental Health (NIMH) is to transform the understanding and treatment of mental illnesses through basic and clinical research, paving the way for prevention, recovery, and cure. In pursuit of this mission, NIMH, Molecular Imaging Branch (MIB), PET Radiopharmaceutical Sciences Section is potentially seeking a liquid chromatography purification system. This system will be used for the purification of organic compounds for the synthesis of 11C and 18F radiolabelled tracers used for PET imaging in human studies as part of the MIB program of investigating neuropsychiatric disorders. Instrument Specifications: The instrument must meet the following specifications and features: 1. System ‘footprint' must not exceed 24 x 14.1 x 17" (H x W x D) 2. Dual pump which has the ability to pump accurate gradients and flow rates of any density solvent from any location 3. Single screen method development software with ‘real-time' control of all run parameters 4. Chromatographic conditions can be monitored continuously and display user messages that may require immediate attention 5. Ability to display the UV spectra at any time during the purification process 6. Show precise and reproducible gradient formation for challenging normal and reversed phase purification 7. System must be able to automatically load the column parameters, including silica type though software 8. Flow rate (1-200 ml/min) must be sufficient to support larger column for higher sample loading 9. An auto-inject self-cleaning valve for automatic equilibration and injection to help minimize cross-contamination 10. Capable of purifying amounts ranging from 5mg to 33g 11. Must provide sample security by back-pressure monitoring and organic vapor sensors 12. Safety features to include grounded solvent path and solvent waste level sensing 13. System to include software and detection algorithms to the slope and threshold peak detection 14. Delivery, installation, and equipment function test must be performed by the successful offeror to ensure instruments are fully functional 15. Offeror must provide equipment training and software operation 16. Unlimited telephone support, 24x7 with regards to software and hardware concerns must be provided Capability Statement: Contractors that believe they possess the ability to provide the required product should submit documentation of their ability to meet the project requirements to the Contract Specialist. Contractors should also 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 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 Paul Marsalese, Contract Specialist, at Paul.Marsalese@nih.gov in MS Word format within 7 calendar days of the date of this announcement. All responses must be received by the specified due date and time in order to be considered. Concluding Statement: 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 presolicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The Government intends to negotiate a fixed price contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-FY14-389/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20832, United States
Zip Code: 20832
 
Record
SN03421255-W 20140712/140710235646-6c1d7132c11c5c1250b8d1607d43dee1 (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.