SOURCES SOUGHT
66 -- Ultra Performance Liquid Chromatography System for use with existing Synapt G2si Liquid Chromatography - Mass Spectrometer System. - Sources Sought Notice
- Notice Date
- 1/16/2015
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- HHS-FDA-CDER-375
- Archive Date
- 2/14/2015
- Point of Contact
- Christopher R. McGucken, Phone: 240-402-7599
- E-Mail Address
-
christopher.mcgucken@fda.hhs.gov
(christopher.mcgucken@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice: PDF Format TITLE: Ultra Performance Liquid Chromatography System for use with existing Synapt G2si Liquid Chromatography - Mass Spectrometer System. OPDIV: FDA, Center for Drug Evaluation and Research (CDER) This is a SOURCES SOUGHT NOTICE to determine the availability of potential small businesses (e.g., 8(a), service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, veteran-owned small business, and women-owned small business) in accordance with FAR 7.104(d). The potential small business will need to demonstrate the capability to perform all facets of the work described below. The sole intent of this Sources Sought Notice is to obtain capabilities for set-aside and procurement planning purposes. This is not an invitation for bid, request for proposal, or other solicitation, and in no way obligates the Food and Drug Administration (FDA) to award a contract. BACKGROUND The U.S. Food and Drug Administration's Center for Drug Evaluation and Evaluation (CDER) requires a nanospray ionization (nESI) source compatible with an existing Waters Acquity I-Class UPLC- Synapt G2si MS system at DPA. The component requested shall allow for the proper temperature control and performance of multiple time sensitive steps during an HDX-MS experiment to be automated, improving the reproducibility of experimental results. Additionally, the data will be packaged into a software package that readily interprets HDX-MS data. The use of the system shall not require us to make any changes to the instrument control software, while also expanding the analytical capabilities of the instrument. CONTRACTOR REQUIREMENTS To meet the purpose and objective of this requirement, the Contractor shall provide documentation demonstrating the capability to provide the following system and installation on-site at CDER's facilities in Silver Spring, MD. - The system shall be fully compatible with an existing G2si-MS MD Mass Spectrometer, and shall be controllable via Intellistart/MassLynx interface of a Waters Synapt G2si-MS. - Shall have integrated data analysis package capable of analzing HDX-MS data. - Shall have an automated sample manager capable of timed mixing events. - Shall have a sample compartment temperature ranging from 4 - 40C, capable of reaching tempatures 19C below ambient, with stability within ±1.0C and accuracy withing ±1.0C. - Shall have a column cpartment temperature between ambient +5C to 90C. - Shall have two pumps; one for column trapping, and one for internal calibrant. - Shall have programmable valve switching control for mixing events. - Shall have stainless steel plumbing. - Shall have a cart for UPLC stack. - Shall have a PDA or UV detector. - Shall have operating pressures at UPLC pressures (Greater than 12,000 psi). - Shall have solvent pH ranges allowed between 2 and 10. - Shall be powered using standard two or three prong US electrical plugs and outlets. The system proposed by the Contractor shall include information on the availably of a warranty and service plans (to include duration and services covered). The Contractor shall perform all on-site maintenance service during the hours of 9:00 am to 5:00 pm ET, Monday through Friday, unless otherwise indicated by the TPOC. Capability statements must demonstrate the minimum requirements outlined above. Please address each in the order listed above. Please provide the follow Business information: 1.DUNS Number 2.Company Name 3.Company Address. 4.Company Point of Contact, phone number and email address 5.Type of company under NAICS, as validated via the System for Award Management (SAM). Additional information on NAICS codes can be found at www.sba.gov. Any potential government contract must be registered on the SAM located at http://www.sam.gov/index.asp. 6.Corporate structure (corporation, LLC, sole proprietorship, partnership, limited liability partnership, professional corporation, etc.); 7.Current GSA Schedules appropriate to this Sources Sought 8.Current Government Wide Agency Contracts (GWACs) 9.Point of Contact, phone number and email address of individuals who can verify the demonstrated capabilities identified in the responses. Interested parties having the capabilities necessary to perform the stated requirements may submit capability statements via email or regular mail to the point of contact listed below. Responses shall be limited to 10 pages. Responses must be received not later than 3:00PM Eastern Time, January 30h, 2015. Capability statements will not be returned and will not be accepted after the due date. Documentation should be emailed to: Christopher.McGucken@fda.hhs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/HHS-FDA-CDER-375/listing.html)
- Place of Performance
- Address: Silver Spring, Maryland, United States
- Record
- SN03618795-W 20150118/150116234521-3966d9c3afe1664d6c2afd26ffddffac (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 |