Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2018 FBO #6068
SOURCES SOUGHT

68 -- High-Performance Liquid Chromatography (HPLC) Grade Solvents

Notice Date
7/3/2018
 
Notice Type
Sources Sought
 
NAICS
325199 — All Other Basic Organic Chemical Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
NIHDA201800298
 
Archive Date
7/25/2018
 
Point of Contact
Mark E. McNally, Phone: (301) 827-5869, Jeffrey Schmidt, Phone: (301) 402-1488
 
E-Mail Address
mcnallyme@mail.nih.gov, schmidtjr@mail.nih.gov
(mcnallyme@mail.nih.gov, schmidtjr@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
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 all 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 : Solvents are a key tool in the research process and are used at an extremely high rate by the National Center for Advancing Translational Sciences (NCATS) at the National Institutes of Health (NIH). Our systems are universally accepted as the premier machines for biomedical and translational research. The NIH community and NCATS currently have numerous instruments in place that will need these solvents. In order to comply with years of results and protocols generated by the use of our current equipment, we must purchase these exact solvents. Any deviance from the items listed below could be detrimental the success of the NCATS mission. Purpose and Objectives : This request is to establish an IDIQ contract to supply these critical lab solvents to the NCATS laboratories at 9800 Medical Center Drive, Rockville, MD 20850. Generic Name of Products : High-performance liquid chromatography (HPLC) grade solvents Purchase Description : All of the following solvents: 2-Propanol (4 liter (L) bottle) Acetone (4 liter bottle) Acetonitrile (4 liter bottle) Dichloromethane (4 liter bottle) Ethanol (4 liter bottle) Ethyl Acetate (4 liter bottle) Haxanes (4 liter bottle) Methanol (4 liter bottle) Water (4 liter bottle) 1,4-Dioxane (100 milliliter (mL) bottle) Diethyl Ether (100 milliliter bottle) Dimethyl Sulfoxide (100 milliliter bottle) N,N-Dimethylformamide (100 milliliter bottle) Tetrahydrofuran (100 milliliter bottle) Toluene (100 milliliter bottle) Salient characteristics : • All solvents will be delivered in cases: Each case will contain either 4 bottles of 4L solvent or 12 bottles of 100mL solvent. All bottles will be glass poly-coated bottles. • All 4L solvents will be HPLC grade • All 100 mL solvents will be anhydrous. Quantity : The Government anticipates an indefinite quantity contract with a two-year ordering period. A delivery order for the minimum quantity is expected to be awarded concurrently with the contract. The minimum (Min) and maximum (Max) quantities of cases * that the government may order are detailed in the below: 2-Propanol 4L - Min: 5 cases, Max: 20 cases. Acetone 4L - Min: 70 cases, Max: 260 cases. Acetonitrile 4L - Min: 100 cases, Max: 360 cases. Dichloromethane 4L - Min: 120 cases, Max: 440 cases. Ethanol 4L - Min: 20 cases, Max: 60 cases. Ethyl Acetate 4L - Min: 100 cases, Max: 400 cases. Hexane 4L - Min: 150 cases, Max: 580 cases. Methanol 4L - Min: 40 cases, Max: 140 cases. Water 4L - Min: 25 cases, Max: 100 cases. 1,4-Dioxane 100mL - Min: 15 cases, Max: 40 cases. Acetonitrile 100mL - Min: 8 cases, Max: 24 cases. Dichloromethane 100mL - Min: 30 cases, Max: 110 cases. Diethyl Ether 100mL - Min: 30 cases, Max: 90 cases. Dimethyl sulfoxide 100mL - Min: 12 cases, Max: 40 cases. Ethanol 100mL - Min: 9 cases, Max: 24 cases. Methanol 100mL - Min: 9 cases, Max: 24 cases. N,N-Dimethylformamide 100mL - Min: 30 cases, Max: 100 cases. Tetrahydrofuran 100mL - Min: 12 cases, Max: 40 cases. Toluene 100mL - Min: 12 cases, Max: 44 cases. * Each case shall contain either 4 bottles of 4L solvent or 12 bottles of 100mL solvent. Delivery Date : After receipt of a deliver order, the Contractor will coordinate with NCATS to begin weekly deliveries within the period of performance of the delivery order. Anticipated period of performance : The Government anticipates an indefinite quantity contract with a two-year ordering period. A delivery order for the minimum quantity is expected to be awarded concurrently with the contract and will have a one-year period of performance. Delivery orders issued under this contract shall be placed in writing or via email by the Government and are anticipated to be issued as firm fixed price for the order quantity, FOB destination. Capability statement /information sought. Respondents that believe they possess the ability to provide the required product{s) 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 and if applicable, Federal Supply Schedule (FSS) contract number, 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 nonresponsive. When submitting this information, please reference the solicitation notice number. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Contracting Officer Jeffrey Schmidt at schmidtjr@mail.nih.gov and Contract Specialist Mark McNally at mcnallyme@mail.nih.gov. The response must be received before 3:00 PM Eastern Time, Tuesday, July 10, 2018. "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/NIHDA201800298/listing.html)
 
Place of Performance
Address: 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN04978486-W 20180705/180703231000-912875f5cc8529980af35404b0911321 (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.