SOURCES SOUGHT
66 -- ULTRA HIGH PERFORMANCE LIQUID CHROMATOGRAPH - Sources Sought
- Notice Date
- 3/30/2018
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- NIST-MML-18-SS10
- Archive Date
- 4/28/2018
- Point of Contact
- Wendy Paulo, Phone: 3019753976, January Magyar, Phone: 301-975-8801
- E-Mail Address
-
Wendy.Paulo@nist.gov, january.magyar@nist.gov
(Wendy.Paulo@nist.gov, january.magyar@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- Word version of Sources Sought Notice Ultra-High Performance Liquid Chromatograph-hybrid quadrupole time-of-flight mass spectrometer (UHPLC-QTOF). The National Institute of Standards and Technology (NIST) seeks information on commercial vendors that are capable of providing turn-key systems composed of an ultra-high performance liquid chromatograph (UHPLC, used for analyte separation) coupled to a hybrid quadrupole time-of-flight mass spectrometer (QTOF, for analyte detection and identification) equipped with a heated electrospray ionization source. NIST is seeking responses from all responsible sources, including large, foreign, and small businesses. Small businesses are defined under the associated NAICS code for this effort, 334516, as those domestic sources having 1,000 employees or less. Please include your company's size classification and socio-economic status in any response to this notice. Note that 13 CFR § 125.6 is applicable to this procurement, and as such, would need to comply with the limitations on subcontracting or qualify as a non-manufacturer (see https://www.sba.gov/contracting/contracting-officials/non-manufacturer-rule/non-manufacturer-waivers). If a small business cannot meet the requirements of 13 CFR § 125.6 in response to the below requirements, it should indicate so in its response. The National Institute of Standards and Technology (NIST) Biomanufacturing Initiative includes development of a suite of fundamental measurement science, standards, and reference data to enable more accurate and confident characterization of key attributes of protein drugs. The Biomolecular Measurement Division is responsible for monoclonal antibody reference materials (RMs) and related therapeutic protein RMs to be made available to the biopharmaceutical industry. Potential vendors are asked to comment as to their ability to meet or exceed the specifications outlined below. Values listed in parenthesis represent currently expected minimum specifications; however, this list may be modified and/or expanded should a formal procurement be pursued. Potential vendors may also submit additional items/specifications deemed pertinent to robust characterization of glycoproteins and/or unique features of their mass spectrometry solution for analysis of glycoproteins. Specifications: 1. General Provide a benchtop UHPLC-QTOF system that is fully integrated and includes: A multisampler, UHPLC pump with degassing capabilities, column oven, fluorescence detector, and diode array detector that seamlessly connects to the QTOF mass spectrometer equipped with a heated electrospray ionization source. Data acquisition and processing software to include automated data analysis for the following workflows: Intact Protein Analysis, Peptide Sequence Mapping and Glycan Profiling. The software should have guided workflow enabled software for intact protein analysis with automated zero charge deconvolution. For n-Glycan analysis, it must include a glycan library for automated labeling and reporting. Software must support common glycan labeling including 2AB, Instant AB, Instant PC among others to accommodate current analytical method pipeline. The system shall include a nitrogen generator capable of producing required nitrogen (e.g. drying gas and nebulizer gas). The system shall include an uninterruptable power supply system to protect the Mass spectrometer and nitrogen generator during an unforeseen power outage for a period of no less than 10 minutes. 2. UHPLC a. Please provide UHPLC pump capabilities including, but not necessarily limited to Maximum Pressure at flow rates up to 2 mL/min. (≥ 1300 bar) Maximum pressure at 5 mL/min. (≥ 800 bar) Gradient delay volume. (≤ 10 uL) Maximum flow rate in high pressure binary mixing. (≥ 5 mL/min) Flow rate precision Gradient Composition Precision b. Please provide Multisampler capabilities including, but not necessarily limited to Capability to perform outer needle wash and seat backflush. Number of solvent channels available for these operations (≥ 3 channels) Carryover specification (≤ 9 ppm) Injection volume range and programmable increments (0.1 to 20µL with 0.1 µL increments) Injector Precision (<0.15% RSD or SD <10nL) UHPLC injector must come equipped with two or more injection plates capable of holding 54 or more standard HPLC vials each. The injector must also be scalable to include additional drawers and injection plates all within the LC-stack footprint. c. UHPLC Column Compartment Temperature range. (20°C below ambient to 110°C and temperature precision +/- 0.05 ° C) Capable of accommodating a column up to 30 cm in length. Availability of a dual compartment, independent element temperature control Integrated, user-exchangeable 2Pos/6Port valve with the same pressure range as of the pump. d. Please provide Diode Array capabilities including, but not necessarily limited to Signal drift (≥ 0.5 x 10-3 AU/h after adequate warm up) Wavelength accuracy of (± 1 nm) and wavelength precision (< ± 0.1 nm) Number of simultaneous acquisition wavelengths. (≥ 8) Flow cell optical path length (≥ 60 mm) Indicate whether optofluidic waveguides to improve light transmission are utilized Programmable slit width capabilities (1, 2, 4, or 8 nm). e. UHPLC fluorescence detector capabilities including, but not necessarily limited to Excitation wavelength range. (200 - 1200 nm or greater) Emission wavelength range. (280 - 1200 nm or greater) 3. Mass Spectrometer Please provide QTOF capabilities, including, but not necessarily limited to: Comment on the heated electrospray source, including the presence/absence of a dual electrospray with integrated calibration solution for automated delivery of calibrant. Resolution at m/z = 2,722 obtained without signal losses and obtained through an automatic tuning procedure. (≥ 50,000 FWHM) Mass accuracy in MS mode for (M+H)+ ion of reserpine (m/z 609.2807). (≤ 0.8 ppm) Mass accuracy in MS/MS mode for the product ion m/z 397 for reserpine. (≤ 2 ppm) Signal-to-noise RMS for electrospray running at 400 uL/min and an on-column injection of 1 pg of reserpine for the (M+H)+ at m/z 609.2807 while the instrument maintains a resolution of 50,000 FWHM resolution. (≥ 500:1) In MS/MS mode, ability to detect 1 pg of reserpine with a S:N ratio of 1,500:1 RMS while the instrument maintains a resolution of 50,000 FWHM. Mass Range (50-30,000 amu or greater) Comment on TOF mass error stability with regard to temperature fluctuations. Comment on instruments use of thermal focusing to collimate the ion beam prior to entry into the mass spectrometer. Positive to negative cycle switching time. (1.5 seconds or less) Must include a vent-free capillary removal for easy maintenance/minimal downtime Number of decades in-spectrum dynamic range without data manipulation and operation at a sampling rate of up to 4 GHz. (five or more) The instrument must include an automated tuning algorithm that incorporates a multi-dimensional optimization algorithm to find the optimum sensitivity. Instruction to Responders: Companies that are capable of providing this Ultra-High Performance Liquid Chromatograph are requested to email a detailed report describing their abilities to Wendy.Paulo@nist.gov no later than the response date for this sources sought notice. The report should include achievable specifications and any other information relevant to your product or capabilities. Also, the following information is requested to be provided as part of the response to this sources sought notice: 1. Name of the company(s) that offer the required supply. In addition, provide a point of contact for the company(s). 2. Indication of number of days, after receipt of order that is typical for delivery. 3. Rough estimate of pricing (if available, not required); and 4. Any other relevant information that is not listed above which the Government should consider in developing its minimum specifications and finalizing its market research.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NIST-MML-18-SS10/listing.html)
- Record
- SN04873238-W 20180401/180330230803-8fc291246292a6dfa196177f959646d2 (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 |