Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 16, 2023 SAM #7810
SOURCES SOUGHT

66 -- Purchase of EZ Spray columns and Nanoviper tubing for LC-MS systems

Notice Date
4/14/2023 8:09:01 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95023Q00220
 
Response Due
5/1/2023 9:00:00 AM
 
Point of Contact
Iris Merscher, Phone: 301-827-2547
 
E-Mail Address
iris.merscher@nih.gov
(iris.merscher@nih.gov)
 
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, to determine the method of acquisition, and availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality.� 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. Small businesses are encouraged to respond. For equipment/supply requirements, responses must include the place of manufacturing (i.e., address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e., address Non-Manufacturer Rule). Background:� The National Institute on Aging (NIA), Intramural Research Program (IRP), Translational Geroproteomics Branch (TGB), Translational Geroproteomics Unit (TGU) studies the molecular underpinnings of aging at the proteomic and multi-omic levels to guide the development of clinically relevant biomarkers and therapeutic targets for the pathologies of aging. TGU leverage modern mass spectrometry based proteomic technologies and computational tools in preclinical aging models and human cohorts such as the Baltimore Longitudinal Study of Aging (BLSA) with the ultimate goals of discovering protein and PTM-based biomarkers of aging, enabling the development of senotherapeutics, improving healthspan, and understanding mechanisms of aging at the cellular and molecular levels. The TGU focuses on three hallmarks of aging: cellular senescence, altered protein turnover, and accumulation of post-translational modifications. Research Areas include aging biomarkers and therapeutic targets; classifying, quantifying, and targeting senescent cells; proteostasis and protein turnover in aging; post-translational modifications; and mass spectrometry method development. The TGU utilizes multiple instruments to accomplish its research including two Orbitrap liquid chromatography mass spectrometry (LC-MS) systems from Thermo: 1) an Eclipse coupled to a Vanquish NEO LC system and 2) a Q-Exactive HF coupled to an Ultimate 3000 nano-LC system. The Unit routinely uses a liquid-chromatography mass spectrometry for analysis of protein samples produced for various projects in the TGB. Purpose and Objectives: The NIA Translational Geroproteomics Unit requires the purchase of EZ-Spray columns and nanoviper LCMS supplies. These items are compatible with the EZ-Spray Source front end module used on the LC-MS systems used in the Translational Geroproteomics Unit. Project requirements: High pressure liquid chromatography column and tubing for liquid chromatography and proteomics on the Orbitrap mass spectrometer series and their associated liquid chromatography systems, the Ultimate 3000 nano-LC and the Vanquish NEO systems. Items are shown below: Nanoviper capillary IDXL 20UMX350MM, Nanoviper capillary IDXL 20UMX550MM, Nanoviper capillary IDXL 20UMX650MM, Nanoviper capillary IDXL 20UMX750MM, Nanoviper capillary IDXL 75UMX550MM, Nanoviper capillary IDXL 75UMX650MM, Nanoviper capillary IDXL 75UMX750MM, Viper plug titanium, Calibration tool viper, Nanoviper capillary IDXL 20UM X 750MM, Nanoviper capillary IDXL 20UM X 550MM, Nanoviper capillary IDXL 20UM X 350MM, Tool, capillary removal, Easy-Spray PEPMAP NEO C18 2UM 75UMX150MM, Easy-Spray PEPMAP NEO C18 2UM 75UMX500MM, Easy-Spray PEPMAP NEO C18 2UM 75UMX750MM, PEPMAP 100 C18 5UM 0.3X5 MM 3 PK 1500 Bar, Nano guard holder + Nanoviper fittings K, Tube,I.T, � turn, 2.5 DIA,(.6X1.6), Syringe, 500uL, Gas Tight, REM DNL, RoHS, MAbPac RP 4um 150X150 1200 DNV, Assay MAbPac RP 4um 150X150. Other important considerations: This order consists of EZ Spray columns and Nanoviper tubing for orbitrap liquid chromatography mass spectrometry systems. The EZ Spray column is a precisely manufactured liquid chromatography column for mass spectrometry proteomics. This column fits directly into the EZ spray front end source for the LC-MS systems used in the Translational Geroproteomics Unit for seamless and sensitive peptide liquid chromagraphy. The nanoviper columns are designed to fit into the nano liquid chromatography (LC) systems available in the translational geroproteomics unit as shown below: Q-Exactive HF - Serial No. 05734L Ultimate 3000 (Model- NCS-350) - Serial No. 8179689 Eclipse - Serial No. FSN40536 Vanquish NEO - Serial No. 2209068 In case domestic sources are available and capable of fulfilling the Government�s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25. Capability statement /information sought. Companies that believe they possess the capabilities to provide the required products should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.� Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. 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 in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.� A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit.� The 10-page limit does 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 Iris Merscher, Contract Specialist, at e-mail address iris.merscher@nih.gov. The response must be received on or before Monday, May 1, 2023 at noon, Eastern Daylight 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 presolicitation synopsis and solicitation may be published in www.sam.gov. 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
SAM.gov Permalink
(https://sam.gov/opp/da39468228e943feb3173d2793bc3659/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN06651829-F 20230416/230414230113 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.