Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 21, 2015 FBO #4958
SOURCES SOUGHT

66 -- Autosampler upgrade

Notice Date
6/19/2015
 
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
FDA1151601
 
Archive Date
7/14/2015
 
Point of Contact
Nicholas E Sartain, Phone: 870-543-7370
 
E-Mail Address
nick.sartain@fda.hhs.gov
(nick.sartain@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION The U.S. Food and Drug Administration (FDA), is conducting market research to support the National Center for Toxicological Research (NCTR) requirement for an upgrade to autosampler on existing Gas Chromatograph Mass Spectrometer (GC-MS) instrument system. The FDA is seeking small business sources to determine the availability and capability of small business manufacturers or small businesses capable of supplying, and subsequently maintaining, a U.S. made product of a small business manufacturer or producer for the items described herein. Other than small business concerns are also encouraged to submit capability statements. The following information is provided to assist the FDA in conducting Market Research to identify potential contractors for this effort: The associated North American Industry Classification System (NAICS) Code is-334516- Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. The Food and Drug Administration (FDA), National Center for Toxicological Research (NCTR) requires an upgrade of an autosampler in existing GC-MS instrument (Thermo Trace GC Ultra and Thermo DSQ II single quadrupole mass spectrometer); located in Jefferson Labs building 26, laboratory B030) to enable the analysis of gas and liquid samples. The Laboratory of Mass Spectrometry, NCTR Division of Biochemical Toxicology is currently equipped with a GC-MS instrument equipped with a CTC Analytics / Leap Technologies GC PAL TM autosampler that is capable of conducting liquid injections. However, this autosampler is not designed to conduct injections of gas phase samples (headspace analysis). In order to enable the support of ongoing and upcoming research protocols, the Laboratory of Mass Spectrometry needs to upgrade the autosampler to a model capable of supporting the analysis of not only liquids samples, but also of headspace samples. In order to enable proper support of the work that the laboratory is responsible for, the autosampler shall fulfill the following criteria: -The autosampler shall be directly compatible with the remaining software and hardware composing the GC-MS system (Thermo Trace GC Ultra and Thermo DSQ II single quadrupole mass spectrometer, running Thermo Xcalibur 2.0.7 under Windows XP SP3). The Contractor shall be able to supply any software, and/or firmware necessary to assure this compatibility. -The autosampler system shall be capable of injecting liquid samples (at least between 1-5 µL), incorporate a sample rack that can hold at least 48 standard 2 mL autosampler vials, and a washing station enabling the washing of the syringe prior and after an injection is conducted. The washing station must include at least 1 vial for a clean solvent, and a vial to dispose of the syringe flush. -The autosampler system shall be capable of injecting gas samples (headspace), incorporate a sample rack that can hold at least 48 10/20 mL autosampler vials, and a provision to flush the syringe with inert gas to avoid carry-over problems. -The headspace autosampler shall incorporate a thermostatized compartment simultaneously capable of heating the samples to a pre-set temperature, and providing mechanical agitation to enable better equilibration between the liquid and gas phases. The compartment shall be capable of holding at least 6 20 mL autosampler vials to enable faster thermal equilibration of large sample sets. -The headspace injector shall be capable of providing a means to concentrate the gas phase sample prior to injection in the GC port and transfer the pre-concentrated sample in a short period of time during the injection to enable the formation of a narrow sample band in the head of the GC column to assure good chromatographic resolution. The volume of headspace to be concentrated (or number of sequential concentrations of the same headspace) shall be controllable directly by the software, in a programmable fashion. - The headspace mechanism used to concentrate the gas phase sample prior to injection shall be able to provide selectivity in the volatiles that can be retained and concentrated (e.g. the means to retain low boiling point organic compounds while minimizing water retention). -Due to laboratory space constraints, the whole autosampler mechanism must be able to be located on top of the current equipment, not exceeding the footprint of the GC-MS system. Installation, Training and Additional System Requirements. The contractor shall provide in-side delivery, installation and operator familiarization training for the system. The Contractor shall include all costs associated with the shipping and handling of the equipment, and all travel and field engineer expenses associated with install and training (minimum 2 days overall). On-site training (in addition to installation of the system) to include operations (including software), calibration, optimization, basic and routine preventative maintenance procedures and cleaning requirements. Offered systems shall be a turn-key solution i.e. the contractor shall be responsible for providing all hardware, components, instruments, software, and that otherwise required to meet these specifications and the FDA's stated need. The systems shall be delivered with all necessary supplies and accessories required for installation and start-up. Upon install, and prior to acceptance of the instrumentation, the Contractor shall demonstrate that all instrument functions function consistently according to specifications. Systems shall be warranted for not less than one (1) year from FDA acceptance of the system(s) to include on-site training. Warranty service shall include trouble-shooting capabilities based on complete knowledge of the entire system, immediate access to replacement parts, and immediate access to system improvements and updates. Phone and email technical support shall be included for a minimum of 1-year. Delivery/installation date is within 120 calendar days after receipt of order. FOB Point of Delivery for Services and Supplies will be the FDA located at 3900 NCTR Road, Jefferson, AR 72079. The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered products/services and components meet the technical requirements identified above. Though the target audience is small business manufacturers or small businesses capable of supplying a U.S. made product of a small business manufacturer or producer all interested parties may respond. At a minimum, responses shall include the following: • Business name, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address (Provide this same information if responding to provide a product manufactured by another firm); • Sufficient descriptive literature that unequivocally demonstrates that offered products and services can meet the above requirements. All descriptive material necessary for the government to determine whether the service/product offered meets the technical requirements including: technical specifications, descriptive material, literature, brochures and other information, which demonstrates the capabilities of the contractor to meet the requirement. • Information on available service/maintenance plans. • Three (3) years of past performance information for the manufacture and/or sale and maintenance support in which the offeror has provided same or substantially similar system solutions and used for same or near-same applications as set forth herein. For each past performance reference include the date of sale, description, dollar value, client name, client address, client point of contact name, client point of contact mailing address (if different from that provided for client), client point of contact phone number, client point of contact email address, and name of the manufacturer (to include DUNS number and size status) if not the respondent. • If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement. • Provide information if any of these specifications are too restrictive. No response will be considered that the listed specifications are adequate in a competitive environment. • If a large business, identify the subcontracting opportunities that would exist for small business concerns; • Standard commercial warranty and payment terms; and • Though this is not a request for quote, informational pricing is encouraged. The government is not responsible for locating or securing any information, not identified in the response. The Government encourages any comments and/or suggestions from any interested party, regarding the specifications. While the Government will not respond directly to your comments and/or suggestions; we will consider them as we finalize the specifications in preparation for the forthcoming solicitation. Interested Parties shall respond with capability statements which are due in person, by postal mail or email to the point of contact listed below on or before June 29, 2015 by 13:00 hours (Central Time in Jefferson, Arkansas) to nick.sartain@fda.hhs.gov, or mail to the Food and Drug Administration, OO/OFBA/OAGS/DAP, Attn: Nick Sartain, 3900 NCTR Road, Building 50, Room 422, Jefferson, AR 72079-9502. Reference FDA1151601. Notice of Intent Responses to this sources sought announcement will assist the Government in determining whether or not any future requirement similar to this one should be set aside for small business, made available to full and open competition or procure through sole-source acquisition procedures. 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 FedBizOpps. 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/FDA1151601/listing.html)
 
Place of Performance
Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN03770512-W 20150621/150619235012-e5ae5219ecbae00bbc48174b315cfb32 (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.