Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2014 FBO #4614
SOURCES SOUGHT

66 -- Gas Chromatography Instrument

Notice Date
7/11/2014
 
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-SBSS-FY14-435
 
Archive Date
8/2/2014
 
Point of Contact
Paul C. Marsalese, Phone: 3015941971
 
E-Mail Address
paul.marsalese@nih.gov
(paul.marsalese@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. 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. 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. North American Industry Classification System (NAICS) CODE: The NAICS code applicable to this requirement is 334516 - Analytical Laboratory Instrument Manufacturing - and the associated small business size standard of 500 employees. Purpose and Objectives for the Acquisition: The mission of the National Institute of Mental Health (NIMH) is to transform the understanding and treatment of mental illnesses through basic and clinical research, paving the way for prevention, recovery, and cure. In pursuit of this mission, NIMH, Molecular Imaging Branch (MIB), is potentially seeking a Gas Chromatography (GC) instrument for the purpose of analyzing volatile organic solvents in formulated does of PET radiotracer drugs. Instrument Specifications: The Gas Chromatography system (GC) must meet the following requirements: 1. The GC System must have a Flame Ionization Detector (FID), which meets the following specifications: a. The detection limit as calculated by three standard deviations of the baseline, the FID must be better than 10 ppm (mg/L) of acetonitrile b. The FID must have a minimum dynamic range from 10 ppm to 1x105 ppm with respect to ethanol and 10 ppm to 410 ppm with respect to acetonitrile c. The machine must be controlled by software which is capable of running on Microsoft Windows operating system (Windows 7 or Windows 8) d. The FID must re-ignite when the flame is off 2. The GC System must have the following hardware for the injection module: a. The injection module must have helium save module b. Both split/split-less modules for the injection must be provided c. The split ration must handle 20:1 3. The auto-sampler (auto-injector) must meet the following requirements a. The area obtained with auto-sampler for five consecutive runs must have a relative standard deviation less than 5% b. The injector must be able to inject from 1 to 10 uL c. The injector must have washing station, of which, the needle and transfer line to the syringe may be washed 4. The GC must turn off the power to the oven when the door is open 5. The GC must stop operation when the carrier gas pressure is low and must have its own internal pressure regulator for carrier gas. 6. The GC must have the capability of multiple temperature gradients. The temperature of the oven must be able to reach 220 degrees Celsius 7. The inlet temperature must be able to reach 250 degree Celsius 8. The GC system must come with any software and routers required to control the system components and communication to the PC must be achieved via a Local Area Network (LAN) or USB 9. Start-up kits and common spare parts such as ferrules, nuts, septum, liner, and septum wrench must be supplied 10. Delivery and installation must be performed by the successful offeror. Upon delivery the vendor must install the equipment and perform an equipment function test 11. The successful offeror must provide two days of equipment training, including software operation to radiochemists 12. Unlimited telephone support, 24x7 with regards to software and hardware concerns must be provided Capability Statement: Contractors that believe they possess the ability to provide the required product 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. Interested organizations are required to identify their type of business, applicable North American Industry Classification 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 Paul Marsalese, Contract Specialist, at Paul.Marsalese@nih.gov in MS Word format within 7 calendar days of the date of this announcement. All responses must be received by the specified due date and time in order to be considered. Concluding Statement: 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. The Government intends to negotiate a fixed price contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-FY14-435/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN03422465-W 20140713/140712022338-9b38546f42406b7b5430c81fb8e537dc (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.