SOURCES SOUGHT
66 -- Dual Solvent Pump and Diode Array Detector for Compound HPLC Purification
- Notice Date
- 5/26/2016
- 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, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SBSS-2016-381
- Archive Date
- 6/22/2016
- Point of Contact
- Hunter A. Tjugum, Phone: 301 435 8780
- E-Mail Address
-
hunter.tjugum@nih.gov
(hunter.tjugum@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. 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. Your responses to 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 all qualified small business companies technically capable of meeting the Government's requirement. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE The NAICS code applicable to this requirement is 334516 - Analytical Laboratory Instrument Manufacturing with associated business size standard 500 employees. PROJECT REQUIREMENTS The Laboratory of Clinical Investigation (LCI) is contained within the National Institute of Aging (NIA) at the National Institutes of Health (NIH) is comprised of 3 Sections with 4 principal investigators. LCI threads its research groups with the identification and development of new therapeutic targets for the treatment of age-related disease. The Laboratory serves as an infrastructure to facilitate the creation and development of therapeutic targets within the Laboratory and across the Intramural Research Program at NIA. LCI requires an efficient and powerful HPLC purification system to isolate and purify pharmacologically active secondary plant metabolites in quantities required for structure elucidation and further pharmacological tests. It is to be used in the process of purification and isolation of secondary plant metabolites, which has been identified as pharmacologically active in fishing experiments. The subject purification system must possess salient characteristics needed to achieve this potential government requirement as described in the following requirements: Software designed specifically for purification; Flexible gradient control and widest range of fraction collection options ensuring optimal purity and recovery; Open platform design enabling the user to select their own racks/glassware for injection and fraction collection; Injection of up to 15 g per run depending on column dimensions; Low dwell volume allowing fast, reproducible gradients; Separate injection and collection pathways eliminating contamination of fractions from the injection process; Modular approach to hardware allowing to add onto the system as future application needs change; Choice from single or dual beam UV, ELS, DAD or MS-based detection for purification needs; Injection module that features an innovative injection port design that attaches directly to the injection valve reducing void volumes and minimizing carryover associated with calibrated connection tubing; Injection module offering various sample loop sizes providing a large sample volume range; User friendly drag and drop software screen making it easy to run; Possibility for performing semi-prep and preparative scale purification of different classes of compounds including secondary plant metabolites or even biomolecules such as peptides, oligonucleotides and certain proteins and antibodies; Offerors to this notice shall indicate any training, warranty, installation and shipping terms and shall indicate the soonest estimated time of delivery after receipt of an any order to a government facility located at 251 Bayview Blvd, Baltimore, MD 21224. CAPABILITY STATEMENT / INFORMATION SOUGHT Interested parties are expected to review this notice to familiarize itself with the requirements of this product or service. Failure to do so will be at your firm's own risk. Respondents must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in this announcement. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. 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 response is limited to ten (10) page limit. The 10-page limit does not include the cover page, executive summary, or references, if requested. The information submitted must be in an outline format that addresses each of the elements of the product requirement. A cover page and an executive summary may be included but is not required. 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 identified in this notice. Facsimile responses are NOT accepted. The response must be submitted to Hunter Tjugum, at hunter.tjugum@nih.gov prior to the closing date specified in this announcement. The response must be received on or before June 7, 2016 at 4:00 PM Eastern. CONCLUDING STATEMENTS 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 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-2/HHS-NIH-NIDA-SSSA-SBSS-2016-381/listing.html)
- Record
- SN04130714-W 20160528/160526234924-1ffc59d5f40af116a6212b0993230c0b (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 |