Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2014 FBO #4487
SOURCES SOUGHT

66 -- High Performance Liquid Chromatography (HPLC) System

Notice Date
3/6/2014
 
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
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SS-14-098
 
Archive Date
3/27/2014
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address: 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, MD 20892, UNITED STATES. 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. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Purpose and Objectives for the Procurement: The purpose of this potential requirement is acquisition of one (1) High Performance Liquid Chromatography (HPLC) System to be used by the National Institute of Mental Health (NIMH) Molecular Imaging Branch (MIB) for the purpose of purifying PET radiotracer drugs. Project Requirements: The Contractor must be able to provide one (1) HPLC System which meets the following requirements: 1. The HPLC UV detector including the chassis of equipment and the equipment pumps must be smaller than 6.5 x 12 x 4.5 inches (W x L x H) to ensure that it will fit inside the NIMH hot cell, a lead-shielded confined space for radio-synthesis. 2. The HPLC System must have a UV detector which meets the following specifications: a. An operator of this UV detector must be able to change the wavelength from c.a. 180 to c.a. 500 nm (nanometers). b. Flow cell must be mounted on the front of the detector. c. The UV detector device must provide electronic communication via either RS323 or LAN (Ethernet) to the controlling PC. d. The machine must be controlled by software which is capable of running on Microsoft Windows operating system Windows 7 or Windows 8. The machine must be controllable by the keypad in addition to the software. e. Noise level must be below ± 1x10-4 AU at 254 nm. 3. The HPLC System must have 2 HPLC Pumps which meet the following specifications: a. Flow rate must range between 0 and 15 milliliters per minute (mL/min). b. Flow rate must have the accuracy of +/- 1% at approximately 5 ml/min. c. All fittings and tubing necessary to plumb the system must be included. d. The pump must be able to handle the back pressure up to 400 bar. e. The pump must have a built-in pressure sensor with settable upper and lower limits to monitor the performance of the system. f. The HPLC pump must be able to minimize pulsation by providing a mechanical solution such as pulse dampener. g. The HPLC pump system must use two pumps to change the mobile phase gradually and systematically. The pumps must be computer controlled to yield reproducible results. h. The HPLC pump system must have a mixing mechanism of mobile phases. 4. The HPLC System must come with any software, and router(s) required to control the system components. The HPLC system must provide an analog to digital converter to handle a 0 to 10 V signal coming from the existing radiation detector installed by NIMH radiochemists. The system software must be able to record UV and radiation signals. 5. Delivery and Installation must be performed by the successful offeror. Upon delivery the vendor must install the equipment and perform an equipment function test in the presence of a NIMH radiochemist to ensure the equipment is fully functional. 6. The successful offeror must provide 8 hours of equipment training, including software operation, to one NIMH radiochemist. 7. Unlimited telephone support with regard to software and hardware concerns must be provided. Anticipated Period of Performance: It is expected that delivery and installation will be completed within 90 days after receipt of order. The delivery and installation location is 10 Center Drive, NIH Building 10, Room B3C 342, Bethesda, MD, 20892. Capability Statement: Contractors that believe they possess the ability to provide the required equipment must submit documentation of their ability to meet each of the project requirements to the Contract Specialist. Contractors must provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. 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 non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Lauren Phelps, Contract Specialist, at Lauren.Phelps@nih.gov in MS Word format by or before the closing date of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your 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 review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government intends to negotiate a fixed-price purchase order.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SS-14-098/listing.html)
 
Place of Performance
Address: 10 Center Drive, Room B3C 342, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03304447-W 20140308/140306235603-32dbcff65376c9dab7b3ef44923f9637 (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.