SOURCES SOUGHT
66 -- 1260 Infinity II Vial Sampler, Agilent or Equal
- Notice Date
- 6/8/2023 1:26:27 PM
- 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
- 75N95023Q00380
- Response Due
- 6/15/2023 1:00:00 PM
- Archive Date
- 06/30/2023
- Point of Contact
- Michele Pastorek, Phone: 3018271739
- E-Mail Address
-
michele.pastorek@nih.gov
(michele.pastorek@nih.gov)
- Description
- SAM.gov SOURCES SOUGHT NOTICE Solicitation Number: 75N95023Q00380 Title:� 1260 Infinity II Vial Sampler, Agilent or Equal Classification Code:� 6640 � Laboratory Equipment and Supplies NAICS Code:� 334516 � Analytical Laboratory Instrument Manufacturing Size Standard:� 1,000 Employees Description:� Agilent (or Equal) 1260 Infinity II Vial Sampler with upgrades. 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 Analytical Chemistry Core (ACC) within the Division of Preclinical Innovation (DPI) at NCATS maintains a state-of-the-art laboratory whose mission is to support translational research throughout the Center by providing analytical chemistry services involving the isolation, purification, identification, and analysis of therapeutic modalities for targeted disease states. Purification and analysis capabilities encompass small molecules, peptides, proteins, ADCs, and lipids. A wide variety of instrumentation is maintained to facilitate Chemistry and Biology efforts focused on early-stage drug discovery and development. In order to achieve our objectives, various analytical methods, techniques, technologies are applied including high performance/ultra high-performance liquid chromatography-mass spectrometry (HPLC/UPLC-MS). The ACC utilizes a centralized sample purification and processing platform for the isolation, purification, concentration, and distribution of compounds in the range of milligrams to grams that will be used in biological testing. Major and minor components (< 0.1 percent) are isolated for additional testing and characterization as required. A variety of high performance and ultra high-performance liquid chromatographs are utilized to determine identity and purity with the capability of automated high-throughput analysis on single quadrupole liquid chromatography/mass spectrometry instrumentation. An Agilent Infinity II HPLC-MS instrument is being connected to the Lab2Lab pneumatic tubing transfer system as a means of increasing the efficiency and productivity of this workflow. However, the current Vial Sampler module on the LC-MS instrument is an older model that is not compatible with the Receiver module of the Lab2Lab system. Therefore, the current Vial Sampler module needs to be replaced with a new Agilent 1260 Infinity II Vial Sampler. Purpose and Objectives: The purpose of this procurement is to purchase a replacement Agilent 1260 Infinity Vial Sampler for the Analytical Chemistry Core (ACC) withing the Division of Preclinical Innovation (DPI) at NCATS. Project Description: �Agilent (or Equal)1260 Infinity II Vial Sampler Salient Characteristics: The unique features of the Agilent (or Equal) 1260 Infinity II Vial Sampler are: G7129A (or Equal)- 1260 Infinity II Vialsampler for use up to 600 bar. Includes 100 uL metering device and a 100 uL sample loop plus integrated needle flush port. With the following configuration: Drawer kit selection: Classic drawer kit (10x10 v.) Type of SW license: OpenLab CDS 2 System Driver Add thermostat (101) : InfLab sample thermostat included Classic drawer kit (10x10 vials) Agilent InfinityLab Sample Thermostat Installation (44K) Introduction (44L) M8415AA (or Equal) - Upgrade to OpenLab CDS Workstation Software. Includes upgrade from existing version of OpenLab CDS (Option 508) unless otherwise specified. Includes latest version of software, I+F, and one year SMA. With the following configuration: LC Instrument Connection 3D UV/DAD Connection Upgrade Credit for OpenLAB CDS OpenLab CDS Installation (44K) Introduction (44L) 1 Year SW Update/Phone Assist (44W) M8432AA (or Equal) - OpenLab CDS MS Instrument Connection for 1 LC/MS or 1 GC/MS system. With the following configuration: LC/MS Instrument Connection Installation (44K) Introduction (44L) G4934C (or Equal) - Upgrade for LC/MSD and LC/MSD XT from ChemStation to OpenLab CDS. Includes SmartCard and installation. With the following configuration: SmartCard Installation (44K) Introduction (44L) H5949A (or Equal) � Supplemental installation one hour labor for Chemical Analysis products. With the following configuration: Labor only. No travel included. Anticipated period of performance: 8 Weeks after receipt of award. Other important considerations: Cite any other information that is necessary for potential respondents to understand the nature of the potential requirement or proposed acquisition. 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 Michele Pastorek, Contract Specialist at e-mail address michele.pastorek@nih.gov. The response must be received on or before June 15, 4:00 pm, Eastern 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/d621331592744f6b9b046cb9cb40499f/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06709894-F 20230610/230608230118 (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 |