Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2015 FBO #4927
SOURCES SOUGHT

66 -- Brand Name or Equal Liquid Chromatography Mass Spectrometry System for NINDS

Notice Date
5/20/2015
 
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-15-397
 
Archive Date
6/11/2015
 
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/Request for Information for Market Research purposes. 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. Background: The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the NIH, and conducts research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The Translational Neuroscience Center (TNC) Clinical Proteomics Unit (CPU) provides NINDS clinical investigators with access to state-of-the-art mass spectrometry-based proteomics technology. CPU is also tasked with development of analytical mass spectrometry-based methods for proteomic analyses of cerebrospinal fluid (CSF) to both identify and quantify changes in the CSF proteome associated with neurological disorders. Currently, CPU is developing innovative methodologies with the goal of identifying candidate biomarkers in disease state versus control analyses. The development of CSF biomarkers is the best possible novel outcome for therapeutic development in different neuroinflamatory and neurodegenerative conditions. Candidate biomarkers would be screened for selectivity and specificity using absolute quantitative methods on this instrument. In the event that an investigator has pre-determined candidate biomarkers, from alternate methodologies or literature review, the discovery phase can be omitted and the investigator can proceed directly to biomarker validation. Purpose and Objectives for the Procurement: The purpose of this acquisition is to acquire a high frequency ultra-high pressure liquid chromatography and mass spectrometer system for the NINDS Translational Neuroscience Center (TNC) Clinical Proteomics Unit (CPU). This equipment will replace an aging Thermo-Scientific QExactive High Frequency Ultra High Pressure Liquid Chromatography and Mass Spectrometer System owned by the NINDS TNC CPU and shall be used to precisely measure and analyze protein and peptides, small molecules, and a defined set of biomarkers with high selectivity and sensitivity. Project Requirements: A. The Contractor shall provide one (1) Thermo-Scientific QExactive High Frequency Ultra High Pressure Liquid Chromatography and Mass Spectrometer System OR ITS EQUAL as well as delivery and equipment use training. The brand name or equal High Frequency Ultra High Pressure Liquid Chromatography and Mass Spectrometer System must meet or be equivalent to the following requirements: 1. The system must have a high resolution FT bench-top system of a Quadrupole-Orbitrap configuration with dimensions of no more than (h x d x w): 95 x 83 x 91 cm (37 x 33 x 36 inches) 2. The system shall deliver maximum resolution of 240,000 (FWHM) at m/z 200 and accurate mass measurement of < 3 ppm RMS with external calibration over 24 h and < 1 ppm RMS with internal calibration in all modes of operation. 3. The system shall have a Dynamic Range > 5000:1 within one spectrum (single transient acquisition). 4. The mass spectrometer shall operate in the mass range of 50 - 6000 Da 5. The quadrupole shall be a segmented mass filter providing variable and step-less precursor isolation width selection from 0.4 Da to 2450 Da according to these criteria: 0.4 Da and full mass range (between m/z 50 and m/z 400), 0.7 Da and full mass range (between m/z 400 and m/z 700), 1 Da and full mass range (between m/z 700 and m/z 1000), 2 Da and full mass range (between m/z 1000 and m/z 2000), and 4 Da and full mass range (between m/z 2000 and 2500). 6. The orbitrap shall have scan speed of 22 scans per second (R=15,000 at m/z 200) in FullScan or SIM mode. Scan speed for the MS/MS shall be 18 MS/MS scans per sec at high resolution (R=15,000 at m/z 200) in targeted or data dependent mode 7. The mass spectrometer shall be capable of fast polarity switching acquiring one spectrum in positive and one in negative ionization mode (one full cycle) in one second at a resolution of 60,000 (@ m/z 200). In polarity switching mode the instrument shall perform within the defined mass accuracy specifications above. 8. The mass spectrometer shall utilize Higher Collision Dissociation (HCD) for generating fragment spectra. 9. The mass spectrometer shall have a straight multipole collision cell with axial field for HCD. 10. The mass spectrometer shall automatically control ion injection time for optimized ion current across the entire chromatographic peak. 11. The mass spectrometer shall have an algorithm to determine the ion injection time without carrying out a pre-scan event in order to increase the instrument scan speed/decrease the instrument cycle time. 12. The mass spectrometer shall have the capability to temporarily exclude an ion, to facilitate MS/MS spectra acquisition of minor abundant precursors. 13. The mass spectrometer shall allow multiple activation energies to be applied to the precursor before detection product ions. 14. The mass spectrometer shall have an algorithm that enables triggering data dependent events at or near the apex of an eluting chromatographic peak. 15. The system shall provide a software controllable valve for optimizing pressure within the ion optics of the mass spectrometer for analysis of intact proteins. 16. Intact protein mass analysis shall result in isotopic resolution of intact proteins up to 46 kDa. 17. The mass spectrometer shall have a Total Temperature Management system to ensure the mobile phase, sample loop, injection valve and column remain at the same temperature 18. The mass spectrometer shall maximize metabolic application flexibility by accommodating the backpressures of many different column lengths up to 1250bar (>15,000 psi) 19. The mass spectrometer shall use an Ethernet interface for PC-based software control to operate and switch columns 20. The mass spectrometer shall have an appropriate LC pump with specifications to support the below system 21. The mass spectrometer shall have an appropriate LC Autosampler with specifications to support the below system 22. The mass spectrometer shall have an appropriate Photodiode Array (PDA) Detector with specifications to support the below system 23. The mass spectrometer shall have system dimensions 16 × 42 × 51 cm (6.3 × 16.5 × 20 in.) 24. The mass spectrometer shall have real-time bidirectional control with USB connection using Chromeleon chromatography software or single point control through XCalibur software (mass spectrometer) 25. The mass spectrometer shall have all hardware and software necessary to perform parallel LC for increased sample through put 26. The mass spectrometer shall have High Pressure Gradient Nano Pump capable of operating in the flow range of 20 nL/min-50 μL/min and pressure range of 2-80 MPa (300-11,600 psi) 27. The mass spectrometer shall have Low Pressure Gradient Micro Pump capable of operating in the flow range of 10-2500 μL/min and pressure range of 2-50 MPa (300-7250 psi) 28. The mass spectrometer shall have split-less and continuous flow generation (system should not require a depressurization for refill operations). The system must operate without an external compressed gas supply 29. The mass spectrometer shall have an integrated loading pump with ternary gradient capability, biocompatible flow path and a large flow range of 10µL/min to 2.5mL/min 30. The mass spectrometer shall have a pump delay volume should be less than 25nL 31. The mass spectrometer shall have Proportioning Accuracy:<1% of full scale 32. The mass spectrometer shall have Proportioning precision: <0.1% SD 33. The mass spectrometer shall have Retention Time RSD in Gradient Mode at 300 nL/min <0.2% RSD 34. The mass spectrometer shall have Temperature controlled column compartment must be integrated 35. The mass spectrometer shall have Temperature Range: Room Temperature + 10˚C - 75˚C (absolute limit 110 ˚C) 36. The mass spectrometer shall have Temperature Accuracy:± 0.5 ˚C (at 50 ˚C setpoint) 37. The mass spectrometer shall have Temperature Stability:± 0.1 ˚C (at 50 ˚C setpoint) 38. The mass spectrometer shall have Two 2-position low-dispersion valves 39. The mass spectrometer shall have a Maximum pressure: 100 MPa (14,500 psi) 40. The mass spectrometer shall have a Column Capacity: Up to 3 column and up to 100 cm length (75 μm i.d., coiled) 41. The mass spectrometer shall have a Tool-free valve removal from the column compartment 42. The mass spectrometer shall have an Autosampler with Injection Volume Range:10 nL-125 μL 43. The mass spectrometer shall have an Autosampler must accept at least 40 National Scientific Mass Spec Certified 200 L sample vials (MSCERT4000-36LVW), 15× 10 mL vials for reagents, diluents, and transport liquids 44. The mass spectrometer shall have a Shake feature to insure homogeneous sample prior to sampling the vial. 45. The mass spectrometer shall have a HPLC autosampler utilizes a pulled loop injection mechanism with needle design for sealed sample carriers, programmable needle wash and zero sample loss injection 46. The mass spectrometer shall have Injection Precision:<0.4% RSD for 1 μL full loop injection 47. The mass spectrometer shall have Injection Linearity: Corr. coeff. > 0.9995 from 100-500 nL 48. The mass spectrometer shall have Carryover:<0.02% with needle wash 49. The mass spectrometer shall have Fraction Collection: Optional micro fraction collection upgrade for the autosampler [up to 34.5 MPa (5000 psi)] 50. The mass spectrometer shall have a UV Detector with Data Collection Rate:Up to 100 Hz (in single wavelength mode) 51. The mass spectrometer shall have a Maximum Number of Channels: Four 52. The mass spectrometer shall have a Drift of 4.0 mAU/h 53. The mass spectrometer shall have a Wavelength Range:190-900 nm ± 1 nm 54. The mass spectrometer shall have Noise: Typically <0.05 mAU at 254 nm 55. The mass spectrometer shall have a Lamp: Deuterium lamp, Tungsten lamp 56. The mass spectrometer shall have a Flow Cell Volume:3 nL 57. The mass spectrometer shall have a LC system must be compatible with use of nanoViper column fittings (EASY SPRAY columns and EASY SPRAY ion source). 58. Provide Xcalibur software for instrument control and data collection, 59. Provide nanoViper fittings technology on the LC and columns/emitters to ensure true zero dead volume which results in extremely reproducible chromatography with long shallow gradients, 60. Generate raw data files which shall be completely compatible with extant bioinformatics tools and workflows, 61. Enable data fragmentation in an Ion Routing Multipole environment, 62. Support data detection and fragmentation in the Orbitrap at any stage of MSn, 63. Provide the ability to axially eject ions into the analyzer; crucial in analyzing complex samples and/or in determining relative or absolute quantitative data. B. The system must come with at least a one year warranty. Warranty shall include provision of manufacturer/factory trained and manufacturer/factory certified Field Engineers to respond to repair and maintenance issues via telephone within 24 hours and, if issues cannot be resolved via telephone, field engineers shall arrive onsite within 2-4 days C. The Contractor shall provide for delivery and installation of the equipment. D. The Contractor shall provide on-site training on use of the equipment to two NINDS TNC CPU employees. Anticipated Contract Type: The Government anticipates award of one firm fixed price GSA Schedule task order or contract in reference to this requirement. Anticipated Period of Performance: The Contractor shall deliver and install the required equipment within 30 days after Receipt of Order. The equipment shall be delivered between the hours of 8:00 AM to 5:00 PM, Bethesda, MD local prevailing time, Monday through Friday. Training shall be provided within two weeks after equipment delivery and installation. The Contractor is responsible for delivery to the installation site. Please note that service technicians will have to be cleared at the commercial vehicle inspection station on 9000 Rockville Pike, Bethesda, MD to gain access to the premises. Capability Statement: Contractors that believe they possess the ability to provide the required services should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The capability statement should include 1) the total number of employees, 2) documentation of ability to provide the required goods, 3) any contractor GSA Schedule contracts by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Contractors must 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 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 before the closing date and time 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 anticipates negotiation of a GSA task order or contract in reference to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-15-397/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03737624-W 20150522/150520235021-642cd1a3cb5c4082563f60be8f50855a (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.