SOURCES SOUGHT
66 -- Sources Sought Notice/Request for Information: Ultra-High Pressure Liquid Chromatography System
- Notice Date
- 2/26/2015
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH-15-T-0121
- Response Due
- 3/6/2015
- Archive Date
- 4/27/2015
- Point of Contact
- Lisa Zarick, 301-619-2336
- E-Mail Address
-
US Army Medical Research Acquisition Activity
(lisa.m.zarick.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Medical Research Acquisition Activity (USMRAA) on behalf of the U.S. Army Medical Research institute of Infectious Diseases (USAMRIID) is conducting market research to identify any sources with the capability of providing the required ultra-high pressure liquid chromatography (HPLC) systems described herein. USAMRIID is currently utilizing two Agilent Technologies brand systems (1100 and 1200 systems) and related software (ChemStation) within the Bacteriology Division. At this time, two (2) new systems are needed in order to replace these existing systems. The new systems must meet the following specifications: 1)Able to fully integrate and be compatible with Agilent ChemStation version Rev C.01.04[35] and OpenLAB ECM version is 3.4.1 SP1 software which is currently in use at USAMRIID. 2)Method Conversion Software (such as Agilent's Intelligent System Emulation Technology (ISET)) that provides the ability to emulate other systems for seamless transfer of methods between LCs, regardless of brand and can execute other HPLC and UHPLC methods and deliver the same chromatographic results without any change of the instrument or the original method. 3)Instrument specifications: a.Pump- Quaternary Pump with 4-Channel Online Mixing. i.Operating pressure range 130 MPa (1300 bar), up to 2 ml/min to ensure compatibility with HPLC and UHPLC methods and optimally support all column dimensions (2.1 - 4.6 mm ID; STM particles). ii.Settable flow range 0.001 - 5ml/min, in 0.001 mL/min increments. iii.Flow precision 0.07% RSD or 0.01 min SD, whatever is greater. iv.Composition precision of 0.15% RSD or 0.02 min SD (whatever is greater). v.Composition range settable from 0-100%, recommended rage of 1-99% at 5uL/min. vi.Composition Accuracy 0.4 % absolute (1 - 99 % B, 0.5 - 2.0 mL/min with water/caffeine tracer, 400bar) vii.pH range of 1.0 - 12.5 for flexibility of high and low analysis. b.Multisampler/ Refrigerated Sample Injection System- i.Capacity of 432 vials ii.Cooler temperature accuracy at +/- 2C at set-point of 4C iii.Injection range of 0-20uL or 1-100uL with single stroke injection with option to upgrade to 0.1-1500uL with optional multi-draw kit. iv.Carryover of less than 30ppm c.Thermostat Multicolumn compartment i.Temperature range from 4 C to 110 C and two temperature zones in one unit. ii.Column capacity of up to eight 10cm columns or four 30cm columns. iii.Available pre-column heating for individual columns available in 1.0uL, 1.6uL, and 3uL volumes. d.Diode Array Detector i.Data rate up to 240hz in both spectral and signal analysis. ii.UV sensitivity of +/- 0.6 AU/cm with the 60 mm flow cell and +/- 3 AU/cm with standard flow cell. iii.Upper limit linearity of 2.0 AU. iv.Programmable fixed slit at 1, 2, 4, 8 nm. v.Detector Drift of less than 0.5 10-3 AU/h at 230 nm. e.Fluorescence Detector i.Spectral analysis for multi-wavelength detection. ii.On-line acquisition of Ex and Em spectra. iii.Up to 145 Hz data rate. This is a combined Sources Sought Notice (SSN) and Request for Information (RFI) only. This SSN/RFI is open to both large and small businesses. The Government is seeking to identify qualified sources under NAICS code 334516 (size standard: 500 employees). Any interested parties should respond to the this SSN/RFI to provide the following information, via email to lisa.m.zarick.civ@mail.mil no later than 5:00 pm Eastern Time, Friday, 6 March 2015. 1.Name of product(s) that can meet the specifications listed above to include the manufacturer name 2.Data or specification sheet for product identified above 3.Contact information of individual responding to this announcement. All interested firms must be registered in System for Award Management (SAM) to be eligible for award of Government contracts. All responses received will be reviewed to determine if other HPLC systems (other than Agilent Technologies brand systems) can satisfy the Government's need. This is not a solicitation for proposals, proposal abstracts, or quotations and no contract will be awarded from this SSN/RFI. No reimbursement will be made for any costs associated with providing information in response to this announcement. No hard copy responses or telephonic questions will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-15-T-0121/listing.html)
- Place of Performance
- Address: US Army Medical Research institute of Infectious Diseases 1425 Porter Street Fort Detrick MD
- Zip Code: 21702-5014
- Zip Code: 21702-5014
- Record
- SN03652991-W 20150228/150226234829-58dfe7086824851045e9e5417f0f3464 (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 |