Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2009 FBO #2673
SOLICITATION NOTICE

66 -- Solid Phase Extraction Auto Sampler

Notice Date
3/20/2009
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Quantico Contracts Unit, FBI Engineering Research Facility, FBI Academy, Quantico, Virginia, 22135
 
ZIP Code
22135
 
Solicitation Number
09-Q-LDQ001812
 
Archive Date
4/14/2009
 
Point of Contact
David V. Smith, Fax: 703-632-8480, Lynda M. Theisen,, Fax: 703-632-8480
 
E-Mail Address
David.V.Smith@ic.fbi.gov, Lynda.Theisen@ic.fbi.gov
 
Small Business Set-Aside
N/A
 
Description
This is a notice of Intent to Award a Sole Source, fixed price contract with Spark Holland, Inc., 666 Plainsboro Rd., Ste 1336, Plainsboro, NJ 08536 for commercial items in accordance with FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The FBI has a requirement for two (2) online solid phase extraction (SPE) system to be interfaced with the Applied Biosystems ABI 5000 mass spectrometer, and including the following components: 0001- Spark Holland Symbiosis Pharma System, P/N SP103.576, and 0002- Spark Holland Mistral Cool Column Oven, P/N SP886.001. The SPE system also shall include the following items and technical requirements: 1- SPE software and drivers fully integrated into the Applied Biosystems Analyst 1.5 software. 2- Refrigerated Storage Compartment and Autosampler. The Autosampler should be closed, light sensitive, and temperature controlled. Titer plate temperature control: 4 - 20 ° C, stability: ± 0.5 ° C - with one Integrated Stream Switching (ISS) valve that is used to control flow for eluting the Solid Phase Cartridge. The Autosampler should have the capacity of 24 shallow well or 12 deep well titer plates to allow for multiple methods to be run without opening the sample chamber. Sample injection volumes range from 1 - 1000 µL with 0.1 µL increments to allow for highly sensitive applications. There should be 3 selectable wash solvents on Syringe Dispenser Valve with programmable wash volumes of 300 µL - 9.9 mL used to clean the sample needle, injection valve, and transfer tubing simultaneously. The flow path should have the ability to be plumed with material made of stainless steel, peek or fused silica needle. 3- LC Pumps. The pumps should be capable of operating at pressures up to 4,000 psi using a binary gradient system consisting of a set of 2 high-pressure pumps with linear and step gradients, one with integrated degasser, the other with integrated static diaphragm 100 µL mixer (mixing ratio of 0 - 100 % with 0.1 % increments). This is essential to ensure the critical flow needed for the chromatography during the online integrated extraction process. 4- High-Pressure Dispensers. The system should consist of two high-pressure dispensers. The high-pressure dispensers consist of 2 mL RVS-syringe, leak-tight up to 300 bar (4300 psi). Proprietary syringes are used for Solid Phase Extraction flow rates 0.1 - 10 mL/min with 0.1 mL increments. Each unit should have the ability to use up to a maximum of 12, multiple selectable solvents with flow rate accuracy of < 1 %. These units are required for preparing and washing the extraction cartridges. 5- Automated Solid Phase Extraction Unit. The system should have the capability to function in the following modes: (1) Standalone HPLC, (2) Automated SPE system, and (3) Automated method development (AMD). It should also have a fixed tubing layout for easy switching between different analytical modes. Through the software, the system should be directed to do normal Liquid Chromatography or Solid Phase Extraction combined with Liquid Chromatography. The system should use a unique double clamp robotic system to move solid phase extraction cartridges from the preparation side of the instrument to the analytical side. This unique feature allows for each sample to have an independent extraction cartridge. 6- Automated Column Selection Unit (Column Switching). The system should have a tandem 6-port high-pressure stream selection valve that holds at least 6 HPLC columns. The columns should be temperature controlled using a thermostat ranging from 5 ° C to 90 ° C with forced air convention. 7- Spark Holland Assurance Program. 2 years parts & labor included. 8- Installation of hardware and software at the FBI Laboratory, Quantico, VA, including transportation to the installation site at the FBI Laboratory. Installation also includes on-site familiarization training. Extensive research conducted with knowledgeable individuals in Government and the related industry has determined Spark Holland, Inc. the only responsible source capable of meeting the FBI's requirement. This notice of intent is not a request for competitive quotations; however, interested parties may identify their interests and capability to respond to this requirement or submit quotes to this office by 2:00PM EST, Monday, March 30, 2009 to Mr. David V. Smith via fax @ 703-632-8480 or by email to David.V.Smith@ic.fbi.gov. All correspondence shall reference RFQ 09-Q-001812. Phone calls will NOT be accepted. Information received will be used solely to determine whether to conduct a competitive procurement. This contract will be awarded as a commercial item in accordance with the Federal Acquisition Regulation, Parts 12 and 13.5. The awardee must be registered in the Central Contractor Registration Database and the Online Representations and Certifications. In addition, interested parties must also be registered and have completed the On-Line Representations and Certifications Application (ORCA). Information and registration details can be found at http://orca.bpn.gov. This notice will be distributed solely through the Federal Business Opportunities (FBO) website: www.fedbizopps.gov. Interested parties are responsible for monitoring the FBO website to ensure they have the most up-to-date information about this acquisition.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5ca498fd8c3b91c6c6a8190247264378&tab=core&_cview=1)
 
Place of Performance
Address: Quantico, Virginia, 22135, United States
Zip Code: 22135
 
Record
SN01774162-W 20090322/090320220416-5ca498fd8c3b91c6c6a8190247264378 (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.