Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2017 FBO #5661
SOURCES SOUGHT

66 -- Acquisition of HPLC Pumps and Autosampler with Installation Kit

Notice Date
5/22/2017
 
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-17-388
 
Archive Date
6/14/2017
 
Point of Contact
Danielle R. Brown, Phone: 301 480 2385, Danielle R. Brown, Phone: 3014802385
 
E-Mail Address
danielle.brown2@nih.gov, danielle.brown2@nih.gov
(danielle.brown2@nih.gov, danielle.brown2@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities (FBO) SOURCES SOUGHT NOTICE 1. Solicitation Number: HHS-NIH-NIDA-SSSA-SS-17-388 2. Title: Acquisition of HPLC Pumps and Autosampler with Installation Kit 3. NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing 4. 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 laboratory of Translation Gerontology Branch (TGB) requires the use of HPLC-DAD system for the analysis of human plasma samples to identify active metabolites and lipids. The new pumps and autosampler will communicate properly with the Lipidomics Workflow Manager module. Purpose and Objectives: The purpose of this acquisition is to purchase new High Performance Liquid Chromatography (HPLC) pumps with the corresponding autosampler that will upgrade the already existing HPLC pumps to communicate properly with the Lipidomics Workflow Manager Software. There will be a trade in of two (2) existing HPLC pumps and the one (1) autosampler. Project requirements: Salient Characteristics: HPLC Pump • The HPLC Pump utilizes micro-volume plungers (10 μL each) for pulse-free HPLC solvent delivery • The sapphire plunger has a specially engineered ultra-smooth surface which minimizes fictional heat for improved seal lifetime • An automatic rinse kit is included as a standard accessory • Flow rate range is 0.0001 to 5.000 mL • Maximum pressure is 130 MPa (19,000 psi) • Ideal for low flor rate (<1 mL/min) and LCMS applications • Analyzes using small particle size columns (3 μm or less) that generate high back pressure Autosampler with Installation Kit • Autosampler provides high speed injections (10 sec for 10 μL) with ultra-low carryover achieved through advanced material technology • Rinse options (if necessary) with up to 4 solvents • Standard configuration uses the needle in the flow path design for 0.1 to 50 μL injection volumes • Optional fixed-loop configuration (5 or 20 μL) is user-changeable to reduce delay volume and band broadening in isocratic separations • Sample compartment uses a Peltier cooler for temperature control from 4 ˚C to 40˚C • External rinse pump is standard • Provides additional rinsing to the outer surface of the needle • Includes 105 position rack for 1.5 (2mL) vials and a control for ten 1.5 (2mL) vials, 1.5 mL vial set, vial sample pack and 2.1 x 50mm, 1.9 μm c18 column and 4-component test mix • Sample capacity is 175 1 mL vials • 70 4mL vials • 2 MTP (STD 96, DW 96, or STD 384) • Maximum pressure is 130 MPa (19,000 psi) Delivery or Deliverables: • (2) HPLC Pumps • (1) Autosampler with Installation Kit Anticipated delivery schedule: Within 30 days after receipt of order (ARO). Other important considerations: All equipment shall come with a one year warranty upon purchase of this equipment. Capability statement /information sought. Please provide a capability statement, this includes: • Provide evidence the respondent has performed services. • Provide evidence of similar previous contracts of research of the same magnitude. • Information regarding (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed project of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. Please provide your DUNS number, organization name, 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. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2" x 11" paper size, with 1" top, bottom, left and right margins, and with single or double spacing. The information submitted must be must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein. The response is limited to one to two (1-2) page limit. The 1-2 page(s) do not include the cover page, executive summary, or references, if requested. All responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. The response must be submitted to Danielle R. Brown, Contract Specialist, at Danielle.brown2@nih.gov. The response must be received on or before Tuesday, May 30, 2017 at 12:00PM, Eastern Standard Time. "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-17-388/listing.html)
 
Place of Performance
Address: 251 Bayview Blvd, Suite 100, Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN04517714-W 20170524/170522235245-d3558919c253b3356f96ec6a9f9c89d6 (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.