Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
SOURCES SOUGHT

66 -- Scale-up Flash Purification System

Notice Date
5/18/2017
 
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, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SS-2017-355
 
Archive Date
6/16/2017
 
Point of Contact
Stacey M Polk,
 
E-Mail Address
spolk@nida.nih.gov
(spolk@nida.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. 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. Background: The National Center for Advancing Translational Sciences (NCATS) is a part of the National Institutes of Health (NIH), which mission it is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. Mission one for the chemistry team here at NCATS is the follow-up and optimization chemistry on actives derived within the screening network. In order to successfully accomplish this mission, the chemistry team must be capable of the fast and efficient synthesis and purification of small molecules. In our research, we need to assess the biological utility of small molecules, prepared in our laboratory. This determination relies on the purity and correct identity of the compound of interest. Purpose and Objectives: The purpose of this requirement is to obtain Scale-up Flash Purification Systems to assist with various research activities, including, but not limited to, high-throughput screening, parallel synthesis, assay optimization and bioconjugate preparation. Project Requirements: Brand Name or Equal Teledyne 1.CombiFlash Torrent Module 2.CombiFlash Torrent Sample Load Pump 3.CombiFlash Torent Fraction Valve 4.Adjustable Solid Load Cartridge Cap 5.High Flow Foxy R2 Fraction Collector 6.Set of two Racks for (18) 480mL glass bottles Salient characteristics: 1.One liter-per-minute gradient system capable of separating up to 300 grams in a single purification run. 2.Ability to monitor solvent supply and waste to enable walk-away automation. Pressure and vapor sensors required to ensure safe operation. Fully grounded tubing to allow for high flow rates. Air purging of the column after use to simplify disposal. 3.Programable system with a variety of sample, solvent, fraction, and waste handling configurations. 4.Compatible with RediSep columns already in use in NCATS Chemsitry Labs 5.Ability to produce an accurate and reproducible binary gradient with minimum of 1 L/min gradient profiles. 6.Active level sensing to ensure adequate solvent for purifications and prevention of waste overflows. 7.Ability to load low-solubility samples. 8.Ability to pump large volumes of liquid samples via an open-top cartridge or laboratory vessel. 9.Trigger peak collection via slope, threshold, or time windows. Detect at one, two, or all wavelengths using the internal UV or UV-vis PDA detector. 10.PeakTrak (or equal) software to control six-port fractionation valve to collect peaks within time windows. 11.Daisy-chain up to four Foxy R2 fraction collectors for hundreds of fractions. Ability to choose from a variety of collection containers 12.RFID rack detection system Ability to recognize RediSep columns and automatically selects an optimized purification method. Rack sensors must allow for mixed racks and unlimited fractions with intelligent rack management. 13.Ability to use up to 480ML bottles/racks. 14.Ability to use 16mm to 25mm test tubes/racks. 15.Funnel racks with ability to collect unlimited fraction volumes. 16.Sample size: 0.5 to 300 grams 17.RediSep Rf column sizes: 80 gram to 3 kilogram 18.Flow rate: 50-1000 mL/min 19.Maximum pressure: 100 psi (6.89 bar) 20.Detection: 200-360 nm (200-780 nm optional) with single, dual, or All-wavelength Collection. Accepts external detector input. 21.Gradient: Binary, high pressure solvent mixing with linear, step, or isocratic capability. Two solvent inlets. 22.Gradient accuracy: <2% full scale from 0.2 to 1.0 liter/min. 23.Sample injection: Automated injection with options of solid load cartridges, liquid load, or direct injection. 24.Controller: 10.4 inch (26.7 cm) touchscreen 25.Software: On-screen method development and control with PeakTrak (or equal) software 26.Fraction collection: Up to four fraction collectors, fractionation valve, or manual collection 27.Solvent management: Patented, active level sensing for inlet and waste containers 28.Module dimensions: (W x D x H) 18.5 x 17.9 x 28.1 inches (47 x 43.5 x 71.4 cm) 29.Module weight: 65 lbs 30.Operating voltage:100 VAC 50 Hz, 31.Safety and sample security: Static-dissipative tubing throughout. Vapor sensor for internal leak detection. Overpressure sensor. Active solvent and waste level sensing. Audible alarm when user intervention is required. Anticipated period of performance: Within four weeks ARO Capability statement /information sought. Capability statement /information sought. Contractors that believe they possess the ability to provide the requirement should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. The response should directly and specifically state in the, capabilities statement, which project requirements you can supply. Contractors must also provide their Company Name, DUNS Number, Physical Address, Point of Contact, and Size and Type of Business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. The information submitted must be must be in an outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses (capability statements) sent in response to this Sources Sought Notice must be submitted electronically (via e-mail) to the Contract Specialist. Facsimile responses are NOT accepted. The response must be submitted to Stacey Polk, Contract Specialist at spolk@nida.nih.gov. The response must be received on or before the response due date provided in this notice. "Disclaimer and Important Notes: 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 pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SS-2017-355/listing.html)
 
Place of Performance
Address: National Institutes of Health, 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN04514211-W 20170520/170519000034-472123b534dd45edb599eccda736074d (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  © 1994-2020, Loren Data Corp.