Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 26, 2023 SAM #7850
SOURCES SOUGHT

66 -- SOURCES SOUGHT: Mass Spectrometer

Notice Date
5/24/2023 12:17:44 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95023Q00343
 
Response Due
6/7/2023 8:00:00 AM
 
Point of Contact
Hashim Dasti, Phone: 3014028225, Karen Mahon, Phone: 3014357479
 
E-Mail Address
hashim.dasti@nih.gov, karen.mahon@nih.gov
(hashim.dasti@nih.gov, karen.mahon@nih.gov)
 
Description
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; (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition; and (4) availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality. For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule). Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. 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: National Institute on Aging and the Translational Gerontology Branch is requesting a Mass Spectrometer. Mass Spectrometry is a powerful analytical tool that chemists and biologists use in the identification and quantitation of various chemical molecules and molecular complexes that are ranging in size from individual amino acids to intact antibodies. Access to a next generation MS instrument which possess the highest level of experimental capabilities is an imperative to advance aging research forward in the successful pursuit of the NIA mission. Purpose and Objectives: This instrument is necessary to accommodate the ongoing and future scientific needs of numerous programs within NIA. This state-of-the-art mass spectrometer shall provide the NIA a unique opportunity to perform in depth screening and mapping of active posttranslational modifications that are critical for normal biological system operation. It will allow detailed investigation of functionally important protein isoforms and splice variants. Such Mass Spectrometer also provides high quality structural analysis of intact proteins. NIA requires the Thermo Electron brand Orbitrap Ascend Tribrid or an equal product. Description:� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Product # ORBITRAP ASCEND, ETD READY� � � � � � � � � � � � � � � � � � � � � � � � �FSN06-10002 KIT, PREINSTALL, ORBITRAP IQ-X� � � � � � � � � � � � � � � � � � � � � � � �OPTON-20046 ETD RF KIT, ORBITRAP ASCEND� � � � � � � � � � � � � � � � � � � � � � � � � FETD4-10002 IC KIT, ORBITRAP ASCEND� � � � � � � � � � � � � � � � � � � � � � � � � � � � � �FETD4-10001 3-DAY LSMS TRNG COURSE AT CUSTOMER SITE� � � � � � � � � � � �702-027700 FAIMS PRO DUO� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �FMS03-10001 ETD TO PTCR, UPG, FIELD, ECLIPSE/ASCEND� � � � � � � � � � � � � FETD3-10013 HIGH MASS RANGE, FACTORY, ASCEND� � � � � � � � � � � � � � � � � �HMRN2-10000 GEN N2, GENIUS XE35,120V,35L MIN,ROHS� � � � � � � � � � � � � � � OPTON-30962 Powervar UPS SPII 6.0kVA, RoHS� � � � � � � � � � � � � � � � � � � � � � � �C0012-01-00077 PV PDU 4x 6-20R, 4x 5-15R, NOT EU� � � � � � � � � � � � � � � � � � � � �C0202-99-00181 EASY-Spray Source Kit (NG)� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �ES082 NANOSPRAY FLEX ION SOURCE KIT� � � � � � � � � � � � � � � � � � � � � � � �ES072 VANQUISH NEO SYSTEM� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � VN-S10-A-01 VANQUISH DISPLAY� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 6036.1180 COLUMN COMPARTMENT N� � � � � � � � � � � � � � � � � � � � � � � � � � � � VN-C10-A-01 IonBench TH6765 for Vanquish, H57-87cm� � � � � � � � � � � � � � � � � � � �6036.1732 Salient characteristics: API inlet source with x- and y-direction probe positioning and a fixed on-axis view port. All gas and voltage connections are hard connected automatically, enabling worry-free performance and ultimate reliability. The Thermo Scientific� EASY-ETD� Ion Source, generating fluoranthene anions for electron transfer dissociation (ETD). Auto-Ready ion source that allows automated, remote, and hands-free calibration. EASY-Spray� and Nanospray Flex� Ion Sources for nano LCMS. The system also features an independent dual barrel syringe pump and injector/divert valve with mounting bracket, which are both controlled via the data station for maximum flexibility. A vacuum system containing a split-flow turbomolecular pump, which controls the vacuum in multiple regions. Advanced Vacuum Technology for improved vacuum in the C-trap and Orbitrap regions resulting in improved ion transfer to the Orbitrap mass analyzer. High-Capacity Transfer Tube and an Electrodynamic Ion Funnel to capture and efficiently focus ions in a tight beam. The Advanced Active Beam Guide to reduce noise by preventing neutrals and high-velocity clusters from entering the quadrupole mass filter. Active Ion Management (AIM+) Technology that consists of QR5 segmented quadrupole mass filter with hyperbolic surfaces, Dual Ion Routing Multipoles (IRMs), dual-pressure large surface area linear ion trap and Orbitrap mass analyzers. High acquisition rates with up to 45 Hz at 7500 resolution @ m/z 200 for Orbitrap mass analyzer and 50 Hz in the linear ion trap. Enhanced Vacuum Technology Orbitrap mass analyzer with Orbitrap resolution up to 480,000 FWHM at m/z 200. Extended Higher Mass Range MSn (HMRn+) mode. Vanquish Neo UHPLC parameters include maximum system pressure 1500 bar with Flow range 1 nL/min � 100 ?L/min, in 1 nL increments (100 nL/min � 100 ?L/min). Fully Biocompatible Binary (< 25 nL) Pump with active flow control for maximum retention time precision and extended pH range 2 � 10. Injection volume range Standard: 0.01�25 ?L, Optional: 0.01�100 ?L High volume trapping by multiple draw-and-trap cycles up to 500 ?L. Thermostatting Column compartment with up 80 ?C. Autosampler compartment with sample cooling/heating 4 � 40�C with standard sample capacity based on standard 12 mm OD vials (? 1.5 mL) with 4 racks of 54 vials (? 1.5 mL) each. Other rack formats available including capacity of 12 � 22.5 mm OD vials (? 10 mL) in the carousel. System design Integrated with slide-in modules, touchscreen user interface display, Thermo Scientific ProFlow XR pump technology and SmartInject technology for maximum injection precision and improved column lifetime. Anticipated Delivery Date: 5-7 weeks ARO Other important considerations: In case domestic sources are available and capable of fulfilling the Government�s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25. Capability statement /information sought. Companies that believe they possess the capabilities to provide the required products should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.� Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) 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. 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 in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.� A cover page and an executive summary may be included but is not required. 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. 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 Hashim Dasti, Contract Specialist, at e-mail address hashim.dasti@nih.gov. The response must be received on or before June 7, 2023 at 11AM Eastern Time. 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 www.sam.gov. 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
SAM.gov Permalink
(https://sam.gov/opp/a053ac5cea7a4f7ab314d78e78d08318/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN06693746-F 20230526/230524230120 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.