Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 16, 2018 FBO #5929
SOURCES SOUGHT

66 -- MALDI TOF/TOF Mass Spectrometry System for Automation and software solution and tissue imaging capabilities

Notice Date
2/14/2018
 
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, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
NIHDA201800069
 
Archive Date
3/13/2018
 
Point of Contact
Hunter A Tjugum, Phone: 3018275304
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION 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 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. The information requested will assist the Government in determining the appropriate acquisition method, including whether a small business social-economic set-aside, competitive or non-competitive method is possible, and to determine the availability of all qualified companies technically capable of meeting the Government's requirement. NORTH AMERICAN CLASSIFICATION SYSTEM (NAICS) CODE The NAICS code applicable to this requirement is 334516 Analytical Laboratory Instrument Manufacturing with size standard 1000 employees. Background The National Center for Advancing Translational Sciences (NCATS) Chemical Genomics Center (NCGC) requires a Mass Spec Main TOF/TOF System with Automation and MALDI software solution and tissue imaging capabilities. Several programs within NCATS require a next generation automated instrumentation system that allows for the rapid measurement of chemical and biological samples ranging from small molecules to large proteins. The most direct and rapid means to do so is by measuring samples based upon their molecular weight making a mass spectrometer an ideal solution. For the analytical chemistry group, this will allow the rapid identification of small molecules for quality control purposes, which is critical to ensure that compound libraries used in NCATS screening operations are accurate. For the biology and assay development group within NCATS, this will allow the rapid measurement of the effect of small molecules on biological systems without the need for traditional labeling techniques such as the use of fluorescence probes of antibodies while also reducing the total sample volume, greatly reducing the cost required to run a HTS screen. Finally, for the tissue printing group the requirement can be modified to allow for mass spectrometry based imaging which can be used to identify biological markers within bio-printed samples to validate the physiological relevance of tissues produced in this fashion. This requirement must achieve all three of these functions within one instrument. Various programs and labs within NCATS have been given the directive to perform different types of high throughput screens to evaluate some biological activity and to potentially develop new therapeutics or therapeutic combinations in some cases or in others to determine the relative toxicity of chemical compounds under test. To do this, a biological experiment is performed in the presence of hundreds of thousands of chemical compounds at various concentrations, requiring that millions of samples be tested for each experiment. This requires that these experiments be run in a high density well plate, to both minimize the total reagent volume used per experiment and to facilitate less total plates to be used to perform an entire assay. Typically, one experiment might consist of screening 500,000 compounds at 5 different total concentrations for a total of 2.5M samples. If this experiment is run using a 1536 well plate, meaning 1536 samples can be tested at a time, this requires nearly 1650 plates. The only way to accomplish handling this many well plates for an experiment is high throughput screening (HTS), which requires a high degree of robotic automation and a means of rapidly measuring samples. Advances in mass spectrometry instruments have enabled them to do rapid measurement of samples with a broad range of molecular weights, and as NCATS starts to move beyond only small molecules many of the legacy plate readers in use that use fluorescence or luminescent based imaging techniques have limitations in that they require more total assay volume in addition to the requirement of fluorescence labeling of biological samples or the use of antibodies to perform a measurement. The use of a mass based readout eliminates the need for the labeling of samples and reduces assay volumes, thereby reducing costs. Purpose and Objectives This Sources Sought notice seeks to determine eligible sources capable of achieving the essential features of this potential requirement; to obtain a Matrix Assisted Laser Desorption/Ionization (MALDI) TOF/TOF Mass Spectrometry System for Automation and software solution and tissue imaging capabilities in accordance with the specifications described in this notice. Project Requirements Contractors submitting a response to this Sources Sought notice shall possess the ability to achieve the essential government features specified herein. Offerors to this Sources Sought notice shall document evidence of being able to provide the subject requirement in accordance with the following salient characteristics: MALDI ion source with Smartbeam 3D technology Gridless MALDI source for maximum ion transmission and sensitivity. Suitable for large area MALDI targets (up to 1536 positions) in a standard microtiter plate format. Scanning laser beam with 10 kHz repetition rate and modulated laser beam profile for best sensitivity Laser beam diameter of 5 µm for versatile applications with different sample preparation techniques; including variable power attenuator allowing fast, routine MALDI imaging applications with pixel sizes of 20 µm Different Laser focus patterns adapt for optimal sensitivity using different image resolution requirements for full pixel coverage from small to larger pixel size True pixels at precise quadratic shape, adaptable to different resolution requirements Solid state laser with laser pulse energy ≥ 100 uJ. Laser shots ≥ 10 billion (laser technology). Two-dimensional sample movement by synchronizing a scanning laser beam with a moving sample target - increased stage lifetime and acquisition speed Data acquisition of up to 50 true square pixel / second 24/7 operation: Convenient ion source cleaning procedure without the use of any tools: direct access to removable, self-aligning lens stack for easy ion source cleaning with minimal downtime. Access through extra vacuum door without touching the rest of the ion source. Pulsed ion extraction technology for high mass accuracy and unmatched resolution spectra across an extended mass range Target technology incorporating hydrophilic anchors on a hydrophobic surface for a) on-target pre-concentration leading to increased sensitivity and acquisition speed, b) precisely defined sample spots provide for robust automated sample analysis in arrays of up to 1536 samples per MTP. Performance Specifications Linear mass range at least up to 300 kDa. High mass resolution over a wide mass range. In reflectron mode, resolution of 15,000 - 40,000 FWHM simultaneously across a wide m/z range 900 - 4500 in a seamless mass spectrum. MS resolution › 50,000 FWHM achieved in MS mode for m/z 3,147 and ≥ 25,000 FWHM for Cytochrome C (m/z 12361) Reflectron mass accuracy ≤ 1.0 ppm with internal calibration Isolation resolution prior to MS/MS of 1000 MS/MS sensitivity ≤ 250 amol [Glu1]-Fibrinopeptide B fragment 1,056 Da at S/N ≥ 30:1 MS/MS Fragment Resolution ≥ 10,000 for m/z 1,441 10-bit digitizer for high resolution and dynamic range Mass Analyzer TOF/TOF technology with two stage acceleration and precursor ion selector betweenTOF1 and TOF2. Gridless linear and triple stage reflectron ion optics for detection in linear and reflectron mode, respectively. Ion optics adapts to analysis mode for best resolution and sensitivity: the MS/MS ion optics moves out the ion path for best MS sensitivity, the reflector is automatically adapted to MS vs MS/MS experiments for best resolution. CID (Collision-Induced Dissociation) Capability (e.g., Leu/Ile differentiation) In source decay (ISD) for the direct fragmentation of intact proteins without the need for enzymatic digestion. In reflectron mode the effective flight path is ≥ 300 cm. General Specifications Vertical system with benefits for lab space. Foot print less than 80 cm × 95 cm only, weight maximum 375 kg Advanced vacuum system with only one turbomolecular pump and one low-maintenance oil-free prevacuum pump. Software Specifications SCiLS-Lab image analysis software for mining large MALDI imaging data, statistical analysis and correlation to histological scans, SCiLS Lab Core with basic functionalities and yearly licenses for SCiLS Lab Pro and SCiLS Lab Premium 3D MALDi software for assay development and sample analysis of large sample cohorts using MPT format plate maps Method development mode allows for simple testing and evaluation of dozens / hundreds of sample / preparation properties (buffers, matrices, dilutions etc.) to refine the ideal conditions for an assay. Resulting Signal and S/N is evaluated and scored automatically. Screening mode allows sample batches to be analyzed in terms of data collection and data analysis and export to LIMS as appropriate. Delivery: Offerors should indicate an estimated delivery time in full after receipt of an order and any other training or factory warranty schedules in accordance with standard commercial practice, as applicable. Inspection and acceptance will be performed at a Government facililty located at 9800 Medical Center Drive, Rockville, MD 20850. Capability statements sought Interested parties are expected to review this notice to familiarize itself with the requirements of this product or service. Failure to do so will be at your firm's own risk. Respondents must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) best estimated delivery date after receipt of order; (d) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in this announcement. Respondents that believe that they are authorized resellers of the equipment described in this announcement may provide, in addition to the aforementioned information, as part of their response: quantity; estimated price or cost; shipping, handling, and/or installation charges. The respondent must also provide their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc.) pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. 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 response is limited to fifteen (15) pages. The 15-page limit does not include the cover page, executive summary, or references, if requested. The information submitted must be in an outline format that addresses each of the elements of the product requirement. A cover page and an executive summary may be included but is not required. The response must include the respondents' technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. Respondents must reference the announcement number NIHDA201800069 on all correspondence related to this Sources Sought notice. The response must be submitted to Hunter Tjugum electronically, at hunter.tjugum@nih.gov and NIDASSSAPurchaseRequ@mail.nih.gov and be received prior to the closing date specified in this announcement. CONCLUDING STATEMENTS 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-01/NIHDA201800069/listing.html)
 
Record
SN04822609-W 20180216/180214231151-2d28c395d26bafdf9d00791ce98c6136 (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.