Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2009 FBO #2623
SOURCES SOUGHT

66 -- Chemical imaging system based on a matrix-assisted laser desorption ionization (MALDI) scheme

Notice Date
1/29/2009
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
AMD-09-SS12
 
Archive Date
2/28/2009
 
Point of Contact
Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
todd.hill@nist.gov
 
Small Business Set-Aside
N/A
 
Description
The National Institute of Standards and Technology (NIST) has a requirement to perform mass spectrometric chemical imaging at atmospheric pressure. Specifically, NIST is requesting information on a chemical imaging system based on a matrix-assisted laser desorption ionization (MALDI) scheme. This scheme should be fully adapted to operate at atmospheric pressure and be fully integrated with an Applied Biosystems/MDS Sciex 4000 QTrap atmospheric pressure mass spectrometer (API-MS), in terms of both hardware and software. After results of this market research are obtained and analyzed and specifications are developed for a system that can meet NIST's minimum requirements, NIST may conduct a competitive procurement and subsequently award a Purchase Order. If at least two qualified small businesses are identified during this market research stage, then any competitive procurement that resulted would be conducted as a small business set-aside. NIST needs an atmospheric pressure-based, matrix-assisted laser desorption ionization (MALDI) system that meets or exceeds the following requirements: •The atmospheric pressure, matrix-assisted laser desorption ionization (AP-MALDI) system must be fully integrated with an Applied Biosystems/MDS Sciex 4000 QTrap atmospheric pressure mass spectrometer (API-MS), in terms of both hardware and software. •The AP-MALDI system software must directly acquire mass spectrometric information via the 4000 QTrap data acquisition system, and be capable of chemically mapping the acquired mass spectrometric data in two dimensions (x vs. y). Strongest consideration will be given to systems where sample manipulation capabilities in the z-axis are in addition to x- and y-axis movement. •The AP-MALDI system must connect to the 4000 QTrap via the Applied Biosystems/MDS Sciex nanospray interface. •All necessary components must come with the AP-MALDI system, including, but not limited to, a Nd:YAG laser, sample plate/stage(s), focusing system, sample stage manipulation control, all pertinent electrical connections/cables, all pertinent software (including media), and all pertinent hardware (including mount to the nanospray interface). •AP-MALDI system software must be compatible with the Microsoft Windows XP OS to display, analyze, and record data, and must be capable of operating with the latest security patches and service pack updates from Microsoft. •The supplier of the instrument must have a proven record of reliability and experience in the area proposed, which in this case will apply to engineering and selling AP-MALDI systems that meet the requirements noted above, with particular attention give to the proven connectivity and reliability with Applied Biosystems/MDS Sciex 4000 Series mass spectrometers. •Delivery must be made to NIST within 30 days after the award. The supplier shall schedule and facilitate instrument training that provides a thorough demonstration of all equipment functions, maintenance, data collection and manipulation, and basic troubleshooting for multiple NIST scientists. This training shall continue for as many days as needed to ensure that each NIST scientist can acquire and manipulate data for all equipment modes, as well as perform basic maintenance and troubleshooting duties. •Price must include unlimited telephone support for questions regarding operation, and a one-year warranty. This warranty must cover non-consumable parts and travel/labor on-site should this become necessary within the warranty period NIST is seeking responses from all responsible sources, including large, foreign, and small businesses. Small businesses are defined under the associated NAICS code for this effort, 334516, as those domestic sources having 500 employees or less. Please include your company’s size classification in any response to this notice. Companies that manufacture a system that can meet NIST's minimum requirements are requested to email a detailed report describing their abilities to todd.hill@nist.gov no later than the response date for this sources sought notice. The report should include achievable specifications and any other information relevant to your product or capabilities. Also, the following information is requested to be provided as part of the response to this sources sought notice: 1. Name of the company that manufactures the system for which specifications are provided. 2. Name of company(ies) that are authorized to sell the system, their addresses, and a point of contact for the company (name, phone number, fax number and email address). 3. Indication of number of days, after receipt of order that is typical for delivery of such systems. 4. Indication of whether each system for which specifications are sent to todd.hill@nist.gov are currently on one or more GSA Federal Supply Schedule contracts and, if so, the GSA FSS contract number(s). 5. Any other relevant information that is not listed above which the Government should consider in developing its minimum specifications and finalizing its market research.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=514c0eaac70d6e1f4ff7e7adc84c8654&tab=core&_cview=1)
 
Place of Performance
Address: NIST, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01740585-W 20090131/090129220130-514c0eaac70d6e1f4ff7e7adc84c8654 (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.