SOURCES SOUGHT
66 -- Maintenance Contract for Ultra Precision Liquid Chromatography and for Mass Spectrometer
- Notice Date
- 2/25/2016
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 3155, MSC 9593, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SS-15-212
- Archive Date
- 3/17/2016
- Point of Contact
- Matthew P. Antonini, Phone: 301-402-1678
- E-Mail Address
-
matthew.antonini@nih.gov
(matthew.antonini@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION: This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified sources to perform a potential requirement. 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. BACKGROUND: The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. The National Institute of Mental Health (NIMH) is the lead federal agency for research on mental disorders. The mission of NIMH is to transform the understanding and treatment of mental illnesses through basic and clinical research, paving the way for prevention, recovery, and cure. Over the last four years the PET Radiopharmaceutical Sciences Section (PRSS) of the MIB at NIMH has prepared new radioligands to study the distribution of many specific brain receptors, namely the histamine subtype 3 (H3), the NMDA receptor, the metabotropic glutamate receptors (types 1, 5 and 7) and the Translocator 18 kDa Protein (TSPO). Our group has also been evaluating other type of proteins and particularly the deposits of amyloid or Tau ligands as observed in patients with Alzheimer's or Parkinson's diseases. For example it has been suggested that modifications of the density of the H3 receptor might be involved in sleep disorders, circadian rhythm, anxiety and obesity. To verify these hypotheses we have to prepare investigational drugs, also called ligands, that can be injected in vivo in animal model or even at later stages in human. Brain distribution and density are measured by PET scan analysis. To confirm the purity of these ligands and their structure we used many tools including a High Precision Liquid Chromatography system (HPLC) and a Liquid Chromatography Mass Spectrometer (LCMS) which we acquired from Shimadzu.. PURPOSE AND OBJECTIVES: The purpose of this acquisition is to purchase an annual maintenance contract for a Shimadzu High Precision Liquid Chromatography (HPLC) and Shimadzu Liquid Chromatograph (LCMS) on the NIH Campus. These instruments are used to perform the purification of new molecules and their analysis before they can be potentially used as new ligands for imaging selected receptors in Brain. The lab's ability to synthesize new classes of chemical compounds depends on available technology and especially on complex and sophisticated instruments that can be used safely in the laboratory. PROJECT REQUIREMENTS: Standard upkeep and maintenance will be required for the following systems and components: •Liquid Chromatograph Mass Spectrometer (LCMS-2020) •HPLC System Controller (CBM-20A) •Prominence HPLC Photo Diode Array Detector (SPD-M20A) •Prominence HPLC Column Ovens (CTO-20AC) •Parallel Double Micro Plunger Type solvent delivery (LC-20AD) •Preparative Pump (LC-20AP) •Autosampler for VP Series HPLC System (SIL-10AP) •Prominence HPLC Autosamplers (SIL-20 ACHT) •Fraction Collector (FRC-10A) ANTICIPATED PERIOD OF PERFORMANCE: April 1, 2016-March 31, 2017 PLACE OF PERFORMANCE All efforts for this requirement will take place at: 9000 Rockville Pike Bethesda, MD 20892 OTHER IMPORTANT CONSIDERATIONS: CAPABILITY STATEMENT / INFORMATION SOUGHT: Respondents must provide clear and convincing documentation of their capability of providing the products specified in this notice. Also, information must be provided in sufficient details of the respondents' (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. Respondents must provide their DUNS number, organization name, address, point of contact, and size and category of small business (e.g., 8(a), HUBZone) pursuant to the applicable NAICS code AND any other information that may be helpful in developing or finalizing the acquisition requirements. Finally, respondents are also encouraged to provide a general overview of the respondent's opinions about the difficulty and/or feasibility of the potential requirement, and any information regarding innovative ideas or concepts that may be applicable. SUBMISSION INSTRUCTIONS: One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in an outline format that addresses each element of the "PROJECT REQUIREMENTS" and each element of the "CAPABILITY STATEMENT / INFORMATION SOUGHT" paragraphs above. A cover page and an executive summary may be included but is not required. The response is limited to five (5) pages. The page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist (Facsimile responses are NOT accepted.): Matthew Antonini Contract Specialist NIH/NIDA/SSSA matthew.antonini@nih.gov 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 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. 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-01/HHS-NIH-NIDA-SSSA-SS-15-212/listing.html)
- Place of Performance
- Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04030902-W 20160227/160225234522-8fa26753b919d01c2766ebb58a88dc46 (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 |