Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2015 FBO #4956
SOLICITATION NOTICE

66 -- Tandem Mass Spectrometer & Trade-In for NIDA IRP

Notice Date
6/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
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-CSS-15-469
 
Archive Date
7/15/2015
 
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
INTRODUCTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-15-469 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard of 500 Employees. SET-ASIDE STATUS This acquisition is NOT set aside for small businesses and is available for full and open competition. ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 12-Acquisition of Commercial Items, and IS expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82, dated June 8, 2015. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background The National Institute of Drug Abuse, Chemistry and Drug Metabolism Section (CDM), National Institutes of Health (NIH), Intramural Research Program conducts clinical studies and outpatient clinical trials investigating drug metabolism in order to understand, treat, and prevent drug abuse and dependence. CDM monitors the effects of drug levels and drug deprivation on behavior, performance and physiological effects. Most of CDM research studies require developing and validating analytical methods for measuring drugs of abuse in blood, urine and alternative matrices (i.e. hair, sweat, oral fluid and breast milk). CDM employs two-dimensional gas chromatography mass spectrometry (2dGC-MS), gas chromatography tandem mass spectrometry (GC-MS/MS) and liquid chromatography tandem mass spectrometry (LC-MS/MS) techniques for qualitative screening and quantitative confirmatory analysis of specimens collected during CDM clinical research and collaborative research studies. CDM currently operates seven 2dGC-MS, one GC-MS/MS and seven LC-MS/MS instruments to support our research studies. To continue the cutting-edge research performed by CDM, it is necessary that CDM has the most modern and sensitive equipment available, providing researchers with access to the latest equipment, tools, and techniques for their experiments. Purpose The purpose of this requirement is acquisition of one (1) highly sensitive quadrupole, linear ion trap LC-MS/MS and a trade-in of two older LC-MS/MS instruments towards the purchase of the new LC-MS/MS. The new system is intended to replace the two old systems being traded in and shall provide CDM with the highest sensitivity for measuring drugs of abuse and their metabolites at pg/mL concentrations in various complex matrices. The new system shall be used for clinical and preclinical research. Project Requirements The Contractor shall provide for meeting the following project requirements: 1. Purchase of New Mass Spectrometer and Trade-In of Existing MS/MS Systems a. Existing MS/MS Systems for Trade-In CDM currently has two AB Sciex QTRAP 3200 instruments [Serial No. AF012310607 and Serial No. AF21230905, respectively) that no longer provide adequate sensitivity for our studies and must be traded-in as part of this requirement. The system trade-ins shall result in discounting off the purchase of the new mass spectromer required. b. Required Specifications for New Mass Spectrometer The CDM requires one (1) highly sensitive quadrupole, linear ion trap mass spectrometer (MS/MS) suitable for state-of-the-art quantitative and qualitative analysis during CDM research. The system must meet the following qualifications: 1. The system must be capable of coupling with a Shimadzu UFLCxr liquid chromatography (LC) system operating at 9000 psi or greater. 2. The system must be capable of quantification of drugs and metabolites via triple quadrupole multiple reaction monitoring. 3. The system must be capable of structural elucidation of unknown novel metabolites via ion trap capabilities. 4. The system must be sensitive and capable of specific simultaneous quantification of drugs and metabolites in specimens. CDM's current most challenging application requires detecting and quantifying 11-nor-9-carboxy-Δ9-tetrahydrocannabinol (THCCOOH) with limits of detection and quantification of 15 pg/mL in 250 µL oral fluid collected via Quantisal oral fluid collection device. The system must be able to meet these oral fluid THCCOOH sensitivity requirements to be applicable for CDM's research needs. 5. The system must be capable of rapid analysis of different analytes. CDM applications require acquiring 15 scans/peak for 0.1 min wide peaks with 6 co-eluting peaks. 6. The system must be capable of analyzing whole blood, oral fluid, plasma, meconium, placenta, and brain matrices. 7. The system must be capable of enabling simultaneous multiple reaction monitoring (MRM) and product ion scanning. 8. The system must be able to accommodate a removable ion mobility device. (However, a removable ion mobility device is not required with the system). 9. The system must have electrospray ionization and atmospheric pressure chemical ionization sources for introducing samples. 10. The system must offer MRM, MRM neutral loss and precursor ion scanning. 11. The system must offer linear acceleration ion trap functionality, including MS/MS (enhanced product ion scanning or EPI) and MS3. 12. The system must be capable of Triple-Trap scanning to detect or quantitate the presence of specific analytes. The system must be able to incorporate enhanced resolution and MS3 scans into this workflow. 13. The MS/MS must be capable of scanning 100 MRM transitions followed by a precursor scan (500 Da) and a neutral loss scan (500 Da) followed by two Enhanced Product Ion scans in 1.5 seconds 14. The system must be capable of quantitation by MRM3. 15. The system must be capable of acquiring spectra with resolving power (measured Full Width Half Height) >9000 in 10s of milliseconds 16. The system must be capable of performing MS3, MRM3, and product ion scans achieving equivalent limits of quantification as MRM experiments and Triple-Trap scanning. 17. The system must be capable of quantifying (within ± 15% of target concentration for calibrators and quality control samples) cannabinoids in dried blood spots with limits of quantification = 1 µg/L with 10 µL blood spot volume. 18. The system must be capable of at least 3-orders magnitude in detector linear range 19. The system must come with appropriate roughing pumps capable of providing adequate vacuum for maintaining optimal MS/MS performance. 20. The system must come with a computer, monitor, and mouse for acquiring and analyzing system data. 21. The system must come with software capable of acquiring system data in all of the modes detailed in this statement of work and for analyzing qualitative and quantitative results. In particular, quantitative analysis requires software capable of calculating MRM ion ratios and flagging results failing user-defined criteria for the following parameters: MRM ion ratios, analyte linear ranges, accuracy tolerances for calibrators/quality controls and poor internal standard recoveries. 2. Removal of Trade-In Systems and Installation of New MS/MS System The successful offeror shall remove the two existing QTRAP 3200 MS/MS systems from the NIDA IRP site and shall also install the new MS/MS System. All labor, materials, associated shipping, etc., required for installation shall be provided by the successful offeror. Installation shall be staged to minimize disruption to existing CDM operations. 3. MS/MS Systems Training The successful offeror shall provide on-site training to six CDM staff in all hardware and software that will be required for routine operation of the replacement MS/MS. 4. Warranty The new MS/MS shall come with a one year warranty. During the warranty period, the contractor shall provide maintenance support and equipment and software upgrades in accordance with industry standards. Question and Answer Period Interested contractors may submit questions relating to this requirement. Questions shall be submitted to the contract specialist, Lauren Phelps, via email at lauren.phelps@nih.gov by or before 10:00 AM EST June 22, 2015. Late questions shall not be accepted. Questions will be anonymized and answered and the answers will be provided as soon as possible after the question deadline via solicitation amendment. Should no questions be received, no amendment shall be posted. Delivery Requirements/Period of Performance The trade-in systems shall be removed by the successful offeror and the new system installed within sixty (60) days after contractor receipt of order. Training must be provided within two weeks after installation of the new system. Place of Performance All efforts for this requirement shall take place at National Institute on Drug Abuse Intramural Research Program Biomedical Research Center (BRC) located at 251 Bayview Boulevard, Baltimore, MD 21224.This is the location of the current MS/MS equipment and where replacement MS/MS equipment shall be located. Contract Type The Government intends to issue a firm fixed price contract for this requirement. Contract Terms The contract shall be invoiced on a NET30 basis after effort performance. The Government anticipates a single full payment following effort performance. Contractors may alternatively propose milestone payment schedules; however such schedules must include clear deliverables for each payment and are subject to Government review. APPLICABLE CLAUSES AND PROVISIONS All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial items apply to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a purchase order resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are as follows, in order of importance: Factor 1: Technical Approach The Offeror shall detail in its technical proposal how it meets each of the project requirements. This shall include the specifications of the offered equipment. The Government shall evaluate the mass spectrometer's capability of detecting and quantifying 11-nor-9-carboxy-Δ9-tetrahydrocannabinol (THCCOOH) with limits of detection and quantification of 15 pg/mL in 250 µL oral fluid collected via Quantisal oral fluid collection device. The Government shall evaluate the mass spectrometer's capability of screening synthetic cannabinoids in urine employing MRM triggered enhanced product ion MS/MS and must achieve a limit of detection of 0.5 ng/mL for JWH-018 5-hydroxypentyl. The Government shall evaluate the data analysis software's capability of performing qualitative screening and for performing quantitative confirmation analysis. The Government shall evaluate the qualitative software for ability to display extracted ion chromatograms, perform library fit matching and simultaneously display acquired and reference spectra. The Government shall evaluate the quantitative software for capability of calculating MRM ion ratios and flagging results failing user-defined criteria for the following parameters: MRM ion ratios, analyte linear ranges, accuracy tolerances for calibrators/quality controls and poor internal standard recoveries. Factor 2: Delivery, Installation, Calibration, and Training The Offer shall detail in its technical proposal how it shall meet the installation, delivery, and training requirements. The Government shall evaluate for timeliness and efficiency. RESPONSE FORMAT Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The offeror must submit a technical response and a separate price quotation. T he technical response should be prepared in reference to the evaluation criteria identified in this solicitation and shall not exceed 15 single-sided pages. The price quotation must include pricing for the required equipment and training. Any delivery and installation fees must also be included. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." Note Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. CLOSING STATEMENT All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA- CSS-15-350. Responses shall be submitted electronically via email to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-15-469/listing.html)
 
Place of Performance
Address: Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN03767603-W 20150619/150617235351-36c3912c8314af555f1af9df95a1723d (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.