Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 18, 2015 FBO #4893
MODIFICATION

66 -- Mass Spectrometer

Notice Date
4/16/2015
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SBSS-15-279
 
Archive Date
5/2/2015
 
Point of Contact
Andrea McGee, Phone: 3014358718
 
E-Mail Address
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION NUMBER: HHS-NIH-NIDA-SSSA-SBSS-15-279 TITLE: Mass Spectrometer INTRODUCTION This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. 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 334516 should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. 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. Purpose and Objectives: The purpose of this potential requirement is acquisition of a brand name or equal equipment trade-in purchase agreement to the support National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI) Chemistry Section. Project Background: Numerous state of the art instruments are a necessity for the NCATS Analytical Chemistry team to accomplish its mission. Currently, the Analytical Chemistry team is operating with antiquated equipment. Thus, new instrumentation is critical in the continued success of the NCATS Analytical Chemistry team. Analytical Chemistry supports all Chemistry functions within in NCATS. As a leading institute/organization in catalyzing innovation in the translational sciences it is imperative, and vital to the NCATS mission, that the Analytical Chemistry labs be supported by premier technology and instrumentation. This request if for the trade in of (2) Waters (Micromass) single quad mass spectrometers, an 8-year-old Acquity LC, and (2) TOF systems for discounts on the purchase of (2) new single quad mass spectrometers and a QTOF with an Agilent Jet Stream (AJS) interface. The benefits are as follows: Upgrading current equipment - All of the equipment being traded in is from 8-10 years old. One of the single quads and TOF has not been used in over a year. All of the trade-in equipment is destined for retirement if it is not traded in. The QTOF will be the new front end for the Rapidfire. This will allow us to look at low level biomarkers which would be below the level of detection with the currently configured TOF. The new TOF will replace the older TOF we are now currently using. Specifically, the NCATS DPI requires the following: 1.Total cost must include trade-in value adjustments for two MicroMass single quads, for a Waters Acquity HPLC, and for two Agilent TOF systems. 2.Purchase of (2) G6120BA LCMS Single Quad ES Value Line Bundle MS Quad Value Line ES ChemSt. Bundle. Includes G6120B quad, API-ES source, LC/MS ChemStation SW, PC and printer, 7 hrs I&F. Image recovery service included. Agilent 6120B Specifications as follows: a.The average measured signal to noise must be at least 75:1 using 1 pg of reserpine injected on column, quantifying the m/z 609 ion b.The mass range must be from 2 - 2,000 m/z c.System must have a mass accuracy of 0.13 amu within the calibrated mass range in scan mode d.The mass drift must not exceed the larger absolute value of +/-0.1 Da or +/- 100 ppm of measured mass over a 12 hour period at constant temperature +/- 3 degrees centrigrade e.The instrument must have a scan speed of 10,400 u/sec f.The instrument must provide proper isotope ratios for a halogen containing test compound up to the MAXIMUM specified scan speed g.The system must maintain sensitivity at 50% of MAXIMUM specified sensitivity specification up to 1ml/min flow rate. h.In positive/negative mode switching, the system must maintain specified sensitivity up to the MAXIMUM available switching speed. i.The Mass spec mainframe must be able to safely support HPLC modules up to a total height of one meter including the MS j.The system must be controlled using industry standard TCP/IP LAN protocols. k.The system must have computer control delivery of the tune mix. The LC/MSD tuning must be achieved through the data system using an automated tuning algorithm l.All parameters such as ion optics, calibration, and resolution must be established in less than 15 minutes and must complete with greater than 90% reliability. m.The instrument must utilize vendor supplied pre-made calibrants for both APCI and API-ES in positive and negative modes n.The instrument must have a pneumatic manifold that controls the delivery of the tune mix, eliminating the need for an external pump for tuning. o.The instrument must not require any plumbing changes to perform calibration and tuning. p.The instrument must use forced air cooling for the electronics and the turbomolecular pumps allowing for laboratory temperature ranges up to 35 deg. C. q.The instrument must have the ability to cycle through four different acquisition modes on a scan by scan basis within a single run. Up to 4 analysis modes can be viewed in the same software window. Switching time between modes will be 300 ms or less. These modes include: positive/negative polarity switching, variable fragmentor voltage selection, and concurrent SIM/scan. r.The instrument must use an ESI and APCI nebulizer that is positioned orthogonally to the inlet of the capillary and accommodates a range of mobile phases including 100% water at flow rates to 1,000 µL/min (ESI) and 1,500 µL/min (APCI) without use of a flow splitter. s.The instrument must have software that provides digital control of all LC/MS parameters including API, APCI, Multimode Source and APPI sources, voltages, spraying and drying gas flow and temperature, and ion optics elements, as well as dynamic ramping of ion optics elements t.The instrument must have software which provides an integrated graphical user interface for all of the Agilent 1200 Series HPLC Modules and Systems, including the Agilent 1200 Series DAD (diode-array detector) and all its spectral acquisition capabilities u.The instrument must have software that is able to control an Agilent 1290 Infinity 2 LC system v.The instrument must be under OpenLab software control to be compatible with existing Agilent single quadrupole instrumentation and data w.The instrument must be capable of displaying, acquiring, storing and manipulating mass spectral information and diode array spectral information simultaneously x.The instrument must have on-line logbooks that provide date- and time-stamped records of runs, errors, and maintenance events 3.Purchase (2) G2725CA MassHunter Walkup Software for LC and LS/MS Single Quad Systems 4.Purchase (1) G6829AA MassHunter BioConfirm software For the characterization of proteins at the intact as well as peptide digest level, and synthetic peptides. 5.Purchase (1) H2149A Chemical Analysis Application Consulting Provides on-site assistance. For consulting, training, documentation and implementation services. 6.Purchase (2) LCMS Single Quad ES Value Line Bundle, MS Quad Value Line ES ChemSt. Bundle. Includes G6120B quad, API-ES source, LC/MS ChemStation SW, PC and printer, 7 hrs I&F. Image recovery service Included. 7. Purchase (1) G6550AAR Refurbished 6550iFunnel Q-TOF LC/MS System. Includes iFunnel Q-TOF mass spectrometer, MassHunter Workstation HW and SW with Printer. Agilent 6550 specifications as follows: Hardware: a.Be a benchtop LCMS QTOF instrument b.Must incorporate a hexabore sampling capillary and dual ion funnel design to adequately sample ions formed in the source and ensure high levels of sensitivity c.Be capable of acquiring up to 50 MS per second from m/z 50 to 1700 in MS mode, while maintaining a resolution of 40,000 at m/z 2,722 in 4 GHZ mode d.Be capable of acquiring up to 50 MS/MS per second from m/z 50 to 1700 in MS/MS mode, while maintaining a resolution of 40,000 at m/z 2,722 in 4 GHZ mode e.Have an ADC-based detector system capable of sampling at a rate of 4 GHz, ensuring a broad linear dynamic range f.Have a resolution greater than 42,000 FWHM at m/z 2,722, after an automated tuning procedure g.Have a mass accuracy in MS mode of better than 1 ppm and better than 2 ppm in MS/MS mode to enable accurate compound identification h.Have a mass range of up to 10,000 to be compatible with the analysis of intact proteins i.The instrument must have an intra-scan dynamic range on co-eluting components of up to 5 decades j.While running at 400 uL/min, a 1 pg LC/MS injection of reserpine will give a signal-to-noise for the reserpine (M+H)+ at m/z 609.2807 of 1000:1 RMS, while maintaining a resolution of 40,000 at m/z 2,722 in 4 GHZ mode k.While running at 400 uL/min, a 1 pg LC/MS injection of reserpine will give a signal-to-noise for most intense product ions of 3000:1, while maintaining a resolution of 40,000 at m/z 2,722 in 4 GHZ mode l.The instrument must be able to complete cycle switching from positive to negative and positive modes, allowing for stabilization time, within 1.5 seconds m.The instrument must have an automated tuning algorithm that automatically optimizes the ion optics and full TOF MS mass axis calibration Sources: n.The instrument must use a dual-spray source design to introduce calibrant and analyte simultaneously o.The instrument must use ESI source technology that uses thermal focusing to collimate the ion beam prior to entry into the mass spectrometer. This ensures the highest level of sensitivity and assists with ion desolvation. Software: p.Include a data extraction algorithm capable of automatically de-noising spectra and finding compounds and their associated multiply charged peaks and adducts to speed and simplify data processing q.Have full and simultaneous control of the Agilent 1100, 1200, 1260, 1290 and 1290 Infinity 2 Series HPLC systems and 6550 QTOF LC/MS systems using a single data system and software package r.Have full control of the existing RapidFire system s.Be able to open and process data already acquired using MassHunter software to ensure compatibility with existing results t.Have software that automatically tunes the ion optics and mass axis calibration to ensure highest level of performance Period of Performance: It is anticipated that the period of performance for both removal of the trade in equipment and delivery of the new equipment shall take 10 weeks. CAPABILITY STATEMENT Contractors that believe they possess the ability to provide the required equipment should submit documentation of their ability to meet each of the project requirements to the Contract Specialist. Contractors should also provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System 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. All capability statements sent in response to this Small Business Sources Sought Notice must be submitted electronically (via email) to Andrea McGee, Contract Specialist @ andrea.mcgee@nih.gov. on or before April 17, 4:00 p.m. eastern time. The response must in in Microsoft Word, 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. 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 pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SBSS-15-279/listing.html)
 
Place of Performance
Address: 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN03702027-W 20150418/150416234913-05c4abcc48c83730da84c6a73979bb8f (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 |
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.