SOURCES SOUGHT
66 -- Brand Name leased-to-own, Agilent Triple Quadruple Mass Spectrometer and a HPLC stack
- Notice Date
- 7/24/2013
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- SS-NCI-130071-EB
- Archive Date
- 8/14/2013
- Point of Contact
- Erin M. Breedlove, Phone: 2402765387, Seena Ninan, Phone: 240-276-5419
- E-Mail Address
-
breeerin@mail.nih.gov, ninans@mail.nih.gov
(breeerin@mail.nih.gov, ninans@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This Small Business Sources Sought Notice (SBSS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI). The purpose of this Sources Sought Notice is to identify qualified GSA small business concerns including 8(a), HUBZone or Service-Disabled Veteran-owned business concerns that are interested in and capable of performing the work described herein. The NCI does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This requirement is assigned North American Industry Classification System (NAICS) code 334516 with a size standard of 500 employees is being considered. As a result of this Sources Sought Notice, the NCI may issue a Request for Quotation (RFQ) through eBuy. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this Sources Sought Notice or the NCI's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. The National Cancer Institute (NCI), Cancer Center Research (CCR), Laboratory of Pathology (LP) is requesting a Brand Name leased-to-own, Agilent Triple Quadruple Mass Spectrometer and a HPLC stack. The governments preference is to purchase refurbished equipment. The Pathogenetics Unit in the Laboratory of Pathology develops novel technologies and approaches to investigate the molecular pathology of cancer. Currently in development are methods to use quantitative liquid-chromatography/mass spectrometry (LC/MS) in combination with tissue microdissection to identify changes in cancer-associated proteins. Due to the limited amounts of samples, and the desire to quantitate low-abundance proteins in a complex sample, the LC/MS system used needs the capability of detection of proteins in the attomole range. The Agilent 1260 HPLC stack and 6490 triple quadrupole mass spectrometer can routinely detect species in the 10-100 attomole range. Past and current studies have used the Agilent LC/MS system, so it is absolutely necessary to maintain the continuity of the research by retaining this instrument. Salient Characteristics to the Agilent LC/MS Triple Quad System: • Ion-funnel technology that allows for attomole detection of species with a 6-fold linear dynamic range • HPLC and Infinity Chip-cube system for fast LC gradients that allows for analysis of complex samples in 10 minutes, allowing for hundreds of analyses a day. • Infinity Capillary Pump with high performance degasser, solvent cabinet and bottles. Will have electronic flow control with active feedback for flow rate range 1-100 uL/min and solvent selection valve. • Infinity Thermostat that has device to control the temperature with humidity control. • PEAK Nitrogen Generator system with air compressor. • Chip-cube system for reproducible chromatography and minimal intersample variability. • Quantitative software package allows for automated species quantitation • JetStream technology and hexabore atmospheric sampling for maximum capturing of ions for analysis with minimum noise. Delivery Date: Delivery is 90 days from date of award. Payment will be made yearly for base year and 4 option years. How to Submit a Response: 1. Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed 10 single sided pages including all attachments, resumes, charts, etc. (single spaced, 12 point font minimum) that clearly details the ability to perform the requirements of the notice described above. All proprietary information should be marked as such. Responses should include a minimum of a one page resume of the individuals meeting the requirements, and up to two pages demonstrating experience over the past two years meeting the requirements of this notice. Statements should also include an indication of current certified small business status; this indication should be clearly marked on the first page of your capability statement (preferable placed under the eligible small business concern's name and address). Responses will be reviewed only by NIH personnel and will be held in a confidential manner. 2. Due Date: Capability statements are due no later than 4:00 a.m. EST on July 30, 2013. 3. Delivery Point: All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the unique specifications described herein. All questions must be in writing and can be faxed to (240) 276-5401 or emailed to Erin Breedlove, Contract Specialist at breeerin@nih.gov. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must have valid registration and certification in the Central Contractor Registration (CCR) www.ccr.gov and the Online Representations and Certifications Applications (ORCA), http://orca.bpn.gov. No collect calls will be accepted. Please reference number SS-NCI-130071-EB on all correspondence. 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, an RFQ may be published in eBuy. However, responses to this notice will not be considered adequate responses to a solicitation(s). Point of Contact: Inquiries concerning this Notice may be direct to: Erin Breedlove 9609 Medical Center Dr, Room 1E144 Bethesda, MD 20892-9705 breeerin@nih.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/SS-NCI-130071-EB/listing.html)
- Record
- SN03126602-W 20130726/130725000116-1a2c43d4dbe75f3d4dccaf3741f0ac10 (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 |