Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2017 FBO #5612
SOLICITATION NOTICE

66 -- High Performance Liquid Chromatography

Notice Date
4/3/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
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, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-2017-161
 
Archive Date
4/27/2017
 
Point of Contact
Andrea McGee, Phone: 301480-2449, Andrea McGee, Phone: 3014358781
 
E-Mail Address
amcgee@nida.nih.gov, amcgee@mail.nih.gov
(amcgee@nida.nih.gov, amcgee@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
High Performance Liquid Chromatography Competitive Combined Synopsis/Solicitation HHS-NIH-NIDA-SSSA-CSS-2017-161 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures, FAR Subpart 13.5--Test Program for Certain Commercial Items, and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-(SSSA)-CSS-2017-200 and the solicitation is issued as a PRE-SOLICITATION, NOTICE OF INTENT, to award a contract on a noncompetitive basis with Eicom USA, 7098 Miratech Drive, San Diego, CA 92121 This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 13.5--Test Program for Certain Commercial Items, and Subpart 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements, and is expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13--Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6--Competition Requirements. The non-competitive determination is based upon the market research conducted as prescribed in FAR Part 10--Market Research, specifically the results of market research concluded no other source of supply or service has access to the requirement in this acquisition. Eicom is the only provider of a commercially available complete microdialysis coupled HPLC-ECD system. With the advent of microdialysis coupled to HPLC-ECD for neuroscience in the past complete systems were pieced together from many different OEMs to come up with semi-workable system. However, this resulted in less than full integrated system that were prone to failure and less then optimal results specifically for the low levels of detection needed in neuroscience. Additionally this was a cost prohibitive method. Eicom offers a complete system to meet the needs of researchers employing microdialysis coupled HPLC-ECD in their behavioral/neuroscience research. There is no reasonable commercial available alternative as demonstrated by market research, discussions with experts in the field and scientific literature searches. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94/95, dated January 19, 2017. The associated NAICS code for this requirement is 423490- Other Professional Equipment and Supplies Merchant Wholesalers Background The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. NIMH lab is investigating the contribution of the paraventricular nucleus of the thalamus to stress processing. To test the hypothesis that PVT neurons process stress-related information, the lab needs the equipment necessary to measure electrochemicals (neurotransmitters) from experimental animals and to be able to differentiate between various electrochemicals at femtogram levels. Purpose of the Requirement: The purpose of this acquisition is to procure a vivo microdialysis HPLC (High Performance Liquid Chromatography) system with syringe pump, fraction collector and autosampler. Scope of Work The vendor must provide the Features/Requirements: 1.HTEC-510 Stand-Alone HPLC-ECD System. Including EC Detector, Pulse-less HPLC Pump, Temperature Controller, Online High Efficacy Degasser. Qty 1 2.AS-700, INSIGHT Eicom "Insight" Autosampler, 2x 96 well plate capacity. Robust cooling and mechanism. Qty 1 3.EPC-700, Complete Envision Data System; includes Envision data converter (EPC-700 Colibrick), Envision software license (EPC-700 SW) and offline license (EPC-700 FL). Does not include autosampler control module (EPC-700 AS) or computer. Qty 1 4.EPC-700 AS Autosampler AS-700 INSIGHT control module. Envision complete package (EPC-700) is separately required. Qty 1 5.CAX NE, DA, 5-HT Separation Column, Ion Exchange (2.0 x 200 mm) Qty 1 6.CAX Mobile Phase Approx 1 Liter of mobile phase for CAX. Qty 1 7.EDTA-2Na Ethlendiamine-N, N, N', N'-Tetraacetic Acid Disodium (2 bottles/pkg) Total 50g Qty. 1 8.AC-ODS (680300) Precolumn Packing Material Qty 1 9.PREPAKTL-04 Precolumn Packing Tool with 2x empty 4 mm precolumns Qty. 1 10. Product Installation Service Qty 1. 11. FC-90 Microdialysis Fraction Collector Amuza Fraction Collector designed for microdialysis. 1, 2, or 4 channel operation. Dispensing to sealed 96 well plates or sample vial strips. Two layer needle system allows to insert the hard cap or seals. Refrigerated to 6 deg. C. Controlled by Bluetooth connected Android. Tablet is not included. 1 needle is included. Qty 1 12. ESP-101 Microdialysis syringe/ Nanoliter Infusion Pump Qty. 1 13. TSU-20 2Ch Swivels (3 pcs, TCS2-23), Balance Arm (TSB-23), Tubing (WT-20T, JT-10 x 2) and Collar (NF-10). Require 30x 30 x35 (h) cm cage Qty 1 14. FC-30SD 30x30x35 (cm) Polycarbonate Cage Qty. 1 15. CX-I-X-Y Microdialysis Probes Type CX-I. Qty. 1 16. CXD-X Microdialysis Dummy Cannulae CX-I Series. 3 pcs/package Qty. 1 17. CXG-X Microdialysis Guide Cannulae for CX-I Series. 3 pieces/package Qty. 1 18. CXSG-X stereotaxic adaptor for implanting guide tube. 1pc each Qty. 1 19. JT-10-50 Microdialysis Teflon Tubing. Standard 50 cm. Minimum length 10 Qty. 2 20. AN-3 Anchor Screw 3 mm. 100 pcs/pk Qty. 1 •The detector must be specifically designed and built for the detection of elecrtochemicals found in neurotransmitters. •Detector must be able to detect into the electrochemicals in the femtogram amount •Detector/electrode must be easily cleanable without tools •HPLC Detector must be Amperometric but interchangeable •Pump technology of HPLC must not have a pulse damper. •System must have only a single heater/cooler for both the column of the HPLC and Detector of HPLC •Syringe pump must deliver precise flow of artificial cerebral spinal fluid so as to correlate sample collection with observable experimental events •Both the column and detector must be housed in a Faraday Cage to decrease thermal and electrical noise at the detector •Fraction collector must allow for collection of samples from 4 animals at the same time. Samples must be collectable in a 96 well plate. •Fraction Collector must occupy minimal footprint and no more than 7" wide •Autosampler must have PEEK tubing in flow path and convective cooling system to eliminate condensation •Must provide Technical and troubleshooting support for the lifetime of instrument Anticipated Period of Performance 30 days ARO Contract Type The Government intends to issue a firm fixed price contract for this requirement. Evaluation of Offerors The offeror will be evaluated on their ability to provide the specified equipment/installation on the above, any previous purchase orders/work demonstrating past performance, and cost. In any case, the Government reserves the right to make award to the offeror whose proposal provides the best value to the government. Delivery of Goods 35 Convent Drive, Bethesda, MD 20892 This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. 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. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The Clause 52.212-2: Evaluation - Commercial Items applies to this acquisition. The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by April 12, 2017 at 4:00 pm, Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-2017-161 Responses may be submitted electronically to amcgee@mail.nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Andrea McGee. Fax responses will be accepted at (301) 480-1358. For information regarding this solicitation, contact Andrea McGee by email at amcgee@mail.nih.gov or by phone at (301) 480-2449.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2017-161/listing.html)
 
Place of Performance
Address: 35 Convent Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04458145-W 20170405/170403235551-3f8acefa8258c3ea1ca44af68067a45b (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.