Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 29, 2015 FBO #4996
SOURCES SOUGHT

66 -- High pressure liquid chromatography (HPLC) replacement parts and diode array detector (DAD)

Notice Date
7/27/2015
 
Notice Type
Sources Sought
 
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-15-548
 
Archive Date
8/22/2015
 
Point of Contact
Megan Ault,
 
E-Mail Address
megan.ault@nih.gov
(megan.ault@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institutes on Drug Abuse, Station Support Simplified Acquisitions, 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 should not submit a response to this notice. Purpose and Objectives: The purpose of this acquisition is to provide the National Institute on Drug Abuse (NIDA) Intramural Research Program (IRP) Chemistry and Drug Metabolism Section (CDM) with high pressure liquid chromatography (HPLC) replacement parts and a diode array detector (DAD). Brand Name Only Product Description: The Government conducts in vitro drug metabolism studies to identify metabolite biomarkers for monitoring intake of novel psychoactive substances (i.e. bath salts and synthetic cannabinoids) during urine drug testing. These analyses are conducted via liquid chromatography high-resolution tandem mass spectrometry (LC-HRMS). The Government needs to be able to rank order metabolite peak areas to identify most abundant metabolites which are the most effective metabolite biomarkers for urine drug testing. Mass spectrometry peak areas are confounded by matrix effects; therefore, a simpler diode array detector that is not confounded by matrix effect is being solicited to be employed in conjunction with our liquid chromatography tandem mass spectrometry system. The Government's LC-HRMS system consists of a Shimadzu Prominence UFLC XR liquid chromatograph and a SCIEX Triple TOF mass spectrometer. The diode array detector should be able to communicate directly with the Shimadzu controller unit which is capable of directly communicating with the SCIEX mass spectrometer and all units can be controlled (and data recorded) via SCIEX Analyst software. The Government also requires consumable replacement parts for maintaining our Shimadzu UFLC XR liquid chromatograph system. These parts should be compatible with the Shimadzu UFLC XR system. The following parts are being solicited: 1.SUS Filter element (part# 228-45707-91, x12) 2.SUS pipe (part# 228-48826-92, x3) 3.Plunger seal (part # 228-35145-00, x4) 4.Plunger (part# 228-35010-91, x4) 5.LPV rotor (part# 228-36923-00, x7) 6.LPV stator (part# 228-36917-01, x7) 7.HPV rotor (part# 228-48854-00, x7) 8.Coated needle (part# 228-41024-93, x3) 9.PEEK needle seal (part# 228-50452-93, x3) 10.Diaphragm (part# 228-32784-91, x18) 11.Line filter (part# 228-35871-96, x16) 12.Check valve, IN (part# 228-48249-91, x36) 13.Check valve, OUT (part# 228-45705-91, x36) 14.Seal, PE (part# 228-32628-91, x36) 15.Plunger assembly (part# 228-35601-93, x36) 16.Plunger holder (part# 228-35602-91, x36) 17.Plunger seal (part# 228-35146-00, x8) 18.Degassing chamber (part# 228-44485-00, x2) The Contractor shall provide installation and training of all equipment. In addition, the Government requires a one (1) year warranty for maintenance and support. Anticipated delivery: The anticipated delivery and installation shall be concluded within 45 days after receipt of order. Capability statement /information sought: Interested organizations must provide clear and convincing documentation of their capability of providing the item(s) specified in this notice. Interested organizations that believe they possess the ability to provide the required services must submit specific documentation of their ability to meet each of the project requirements to the Contract Specialist. Interested organizations must 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 responses to this notice must be submitted electronically to the Contract Specialist and Contracting Officer. Facsimile responses are NOT accepted. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Megan Ault, Contract Specialist, at megan.ault@nih.gov in MS Word format by or before the closing date of this announcement. All responses must be received by the specified due date and time in order to be considered. The response must be received on or before August 7, 2015 by 2:00 PM (EDT). Note: 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 Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government intends to negotiate a fixed-price purchase order. 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-15-548/listing.html)
 
Record
SN03811324-W 20150729/150727234940-b3cbfcf5491477d03c9a6663289c0867 (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.