SOURCES SOUGHT
66 -- Tandem Mass Spectrometer & Trade-In for NIDA IRP
- Notice Date
- 5/15/2015
- 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-15-364
- Archive Date
- 6/9/2015
- Point of Contact
- Lauren M. Phelps, Phone: 3015942490
- E-Mail Address
-
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address: 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, MD 20892, UNITED STATES. 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. Background: The National Institute of Drug Abuse, Chemistry and Drug Metabolism Section (CDM), National Institutes of Health (NIH), Intramural Research Program conducts clinical studies and outpatient clinical trials investigating drug metabolism in order to understand, treat, and prevent drug abuse and dependence. CDM monitors the effects of drug levels and drug deprivation on behavior, performance and physiological effects. Most of CDM research studies require developing and validating analytical methods for measuring drugs of abuse in blood, urine and alternative matrices (i.e. hair, sweat, oral fluid and breast milk). CDM employs two-dimensional gas chromatography mass spectrometry (2dGC-MS), gas chromatography tandem mass spectrometry (GC-MS/MS) and liquid chromatography tandem mass spectrometry (LC-MS/MS) techniques for qualitative screening and quantitative confirmatory analysis of specimens collected during CDM clinical research and collaborative research studies. CDM currently operates seven 2dGC-MS, one GC-MS/MS and seven LC-MS/MS instruments to support our research studies. To continue the cutting-edge research performed by CDM, it is necessary that CDM has the most modern and sensitive equipment available, providing researchers with access to the latest equipment, tools, and techniques for their experiments. Purpose and Objectives for the Procurement: The purpose of this requirement is acquisition of one (1) highly sensitive quadrupole, linear ion trap LC-MS/MS and a trade-in of two older LC-MS/MS instruments towards the purchase of the new LC-MS/MS. The new system is intended to replace the two old systems being traded in and shall provide CDM with the highest sensitivity for measuring drugs of abuse and their metabolites at pg/mL concentrations in various complex matrices. The new system shall be used for clinical and preclinical research. Project Requirements: The Contractor shall provide for meeting the following project requirements: 1. Purchase of New Mass Spectrometer and Trade-In of Existing MS/MS Systems a. Existing MS/MS Systems for Trade-In CDM currently has two AB Sciex QTRAP 3200 instruments [Serial No. AF012310607 and Serial No. AF21230905, respectively) that no longer provide adequate sensitivity for our studies and must be traded-in as part of this requirement. The system trade-ins shall result in discounting off the purchase of the new mass spectromer required. b. Required Specifications for New Mass Spectrometer The CDM requires one (1) highly sensitive quadrupole, linear ion trap mass spectrometer (MS/MS) suitable for state-of-the-art quantitative and qualitative analysis during CDM research. The system must meet the following qualifications: 1. The system must be capable of coupling with a Shimadzu UFLCxr liquid chromatography (LC) system operating at 9000 psi or greater. 2. The system must be capable of quantification of drugs and metabolites via triple quadrupole multiple reaction monitoring. 3. The system must be capable of structural elucidation of unknown novel metabolites via ion trap capabilities. 4. The system must be sensitive and capable of specific simultaneous quantification of drugs and metabolites in specimens. CDM's current most challenging application requires detecting and quantifying 11-nor-9-carboxy-Δ9-tetrahydrocannabinol (THCCOOH) with limits of detection and quantification of 15 pg/mL in 250 µL oral fluid collected via Quantisal oral fluid collection device. The system must be able to meet these oral fluid THCCOOH sensitivity requirements to be applicable for CDM's research needs. 5. The system must be capable of rapid analysis of different analytes. CDM applications require acquiring 15 scans/peak for 0.1 min wide peaks with 6 co-eluting peaks. 6. The system must be capable of analyzing whole blood, oral fluid, plasma, meconium, placenta, and brain matrices. 7. The system must be capable of enabling simultaneous multiple reaction monitoring (MRM) and product ion scanning. 8. The system must be able to accommodate a removable ion mobility device. (However, a removable ion mobility device is not required with the system). 9. The system must have electrospray ionization and atmospheric pressure chemical ionization sources for introducing samples. 10. The system must offer MRM, MRM neutral loss and precursor ion scanning. 11. The system must offer linear acceleration ion trap functionality, including MS/MS (enhanced product ion scanning or EPI) and MS3. 12. The system must be capable of Triple-Trap scanning to detect or quantitate the presence of specific analytes. The system must be able to incorporate enhanced resolution and MS3 scans into this workflow. 13. The MS/MS must be capable of scanning 100 MRM transitions followed by a precursor scan (500 Da) and a neutral loss scan (500 Da) followed by two Enhanced Product Ion scans in 1.5 seconds 14. The system must be capable of quantitation by MRM3. 15. The system must be capable of acquiring spectra with resolving power (measured Full Width Half Height) >9000 in 10s of milliseconds 16. The system must be capable of performing MS3, MRM3, and product ion scans achieving equivalent limits of quantification as MRM experiments and Triple-Trap scanning. 17. The system must be capable of quantifying (within ± 15% of target concentration for calibrators and quality control samples) cannabinoids in dried blood spots with limits of quantification = 1 µg/L with 10 µL blood spot volume. 18. The system must be capable of at least 3-orders magnitude in detector linear range 19. The system must come with appropriate roughing pumps capable of providing adequate vacuum for maintaining optimal MS/MS performance. 20. The system must come with a computer, monitor, and mouse for acquiring and analyzing system data. 21. The system must come with software capable of acquiring system data in all of the modes detailed in this statement of work and for analyzing qualitative and quantitative results. In particular, quantitative analysis requires software capable of calculating MRM ion ratios and flagging results failing user-defined criteria for the following parameters: MRM ion ratios, analyte linear ranges, accuracy tolerances for calibrators/quality controls and poor internal standard recoveries. 2. Removal of Trade-In Systems and Installation of New MS/MS System The successful offeror shall remove the two existing QTRAP 3200 MS/MS systems from the NIDA IRP site and shall also install the new MS/MS System. All labor, materials, associated shipping, etc., required for installation shall be provided by the successful offeror. Installation shall be staged to minimize disruption to existing CDM operations. 3. MS/MS Systems Training The successful offeror shall provide on-site training to six CDM staff in all hardware and software that will be required for routine operation of the replacement MS/MS. 4. Warranty The new MS/MS shall come with a one year warranty. During the warranty period, the contractor shall provide maintenance support and equipment and software upgrades in accordance with industry standards. Anticipated Period of Performance: The trade-in systems shall be removed by the successful offeror and the new system installed within sixty (60) days after contractor receipt of order. Training must be provided within two weeks after installation of the new system. The place of performance shall be Baltimore, MD. A firm fixed price contract is anticipated. Capability Statement: Contractors that believe they possess the ability to provide the required equipment should submit 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 Lauren Phelps, Contract Specialist, at Lauren.Phelps@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. 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 contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-15-364/listing.html)
- Place of Performance
- Address: Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN03732662-W 20150517/150515234734-a6bdfd948aa93b7c461d5b07edac2741 (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 |