Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2009 FBO #2806
SOURCES SOUGHT

66 -- HPLC spectrometer

Notice Date
7/31/2009
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-09-1058753-SS
 
Point of Contact
Karen R. Petty, Phone: 301-827-8774
 
E-Mail Address
karen.petty@fda.hhs.gov
(karen.petty@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SOURCES SOUGHT NOTICE to determine the availability and capability of potential small business (including certified 8(a), Small Disadvantage businesses, HUB Zone businesses; veteran-owned small businesses, and women-owned small businesses. The Food and Drug Administration (FDA), Office of Acquisitions and Grants Services (OAGS), Division of Acquisition Operations (DAO) is seeking to obtain a HPLC spectrometer. The pump shall meet these technical specifications: •The instrument shall have a HPLC pump which has a settable flow range of 0.001 – 10 ml/min, in 0.001 ml/min increments. •The instrument shall have a hydraulic system comprising of: 61607; two dual pistons in-series pumps with 61607;servo-controlled variable stroke drive, 61607;floating piston design and 61607;active inlet valves. Item 2: HPLC Multiple Wavelength Detector: The multiple wavelength detector shall meet these technical specifications: •The detector shall have a wavelength range must be at least 190-950 nm, settable in 1 nm increments •The detector shall have1024-element diode array optical bench. •The instrument detector shall have < ± 0.8 x 10-5 AU at 254 nm and at 750 nm (cell path length 10 mm signal response, set at a response time 2 s, at a flow 1 ml/min LC-grade with methanol, slit width 4 nm). •The instrument detector shall have signal drift that is equal or smaller than 0.9 x 10-3 AU/h. •The detector (wavelength bunching) shall be programmable from 2 to 400 nm, in steps of 1.0 nanometer. •The detector (slit width) shall be programmable to: 1, 2, 4, 8, 16 nanometers. •The detector shall have the listed flow cells for multiple scientific applications: •Standard 13-μL, 10-mm path length, 120 bar (1760 psi) •Semi-micro 5-μL, 6-mm path length, 120 bar (1760 psi) •Micro 2-μL, 3-mm path length, 120 bar (1760 psi) •Semi-nano 500-nL, 10-mm path length, 50 bar (733 psi) •Nano 80-nL, 6-mm path length, 50 bar •High pressure 1.7-μL, 6-mm path length, 400 bar •Preparative 3-mm path length, 120 bar (1760 psi) •Preparative 0.3-mm path length, 20 bar (294 psi) •Preparative 0.06-mm path length, 20 bar (294 psi) •There should be Radio Frequency Identification Tags for the detector flow cells and the detector UV lamp. Item 3: HPLC Thermostated Column Module: The thermostated column module shall meet these technical specifications: •The instrument shall have a column module that enables pre column heating and post column cooling with a temperature accuracy that is ± 0.8 °C or ± 0.5 °C with heat exchanger volumes of; (1) 3 µl left heat exchanger and (2) 6 µl right heat exchanger, which are independently programmable. •Shall offer a temperature range from 10 degrees below ambient to 80 °C •The temperature stability shall be ± 0.15 °C •The column compartment shall offer a capacity for up to three 30 centimeter columns •The Warm-up/cool-down time shall be within 5 minutes from ambient to 40 °C and 10°C from cool down •Shall offer an electronic column-identification module as standard for GLP documentation of column type, and major column parameters •Shall offer space for an optional column switching valve Item 4: HPLC Autosampler: The autosampler module shall meet these technical specifications: •The instrument’s autosampler shall have a flow through design with variable injection volume. •The instrument’s autosampler shall have a sample capacity: 100 × 2 ml vials 40 × 2 ml vials 15 × 6 ml vials •The instrument’s autosampler shall have an injection volume range and capacity: 0.1–100 µl injection range, in 0.1 uL increments Up to 1500 µl with multiple-draw •The instrument’s autosampler shall be upgradable to: 0.1–900 µl injection range in 0.1 µl increments Up to 1800 µl with additional multiple-draw Up to 5000 µl with additional exchange of seat capillary •The instrument’s autosampler shall Precision: specification < 0.25% RSD from 5–100 µl, specification < 1% RSD from 1–5 µl, variable volume •The instrument’s autosampler shall have a safe leak handling system that is provided together with instrument leak sensors. Item 5: HPLC Control Software: •The instrument modules shall communicate with each other through a CAN (computer area network) and the computer-independent control module and the computer-based control software has a context-sensitive information system about the detector to comply with the requirements for operator qualification. •The instrument’s software shall have the capability of electronic records of maintenance and errors. Item 6: Installation: •The vendor shall offer on-site installation of the HPLC instrument and control software. A fixed price contract is anticipated. This is a new requirement. Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents’ capacity and capability to perform the specific work as required. Responses to this notice shall be limited to [15] pages, and must include: 1.Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2.Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3.Business size for NAICS ______ (size standard $ or number of employees) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4.DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. 5.Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6.If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to indicate the firm’s status (see item #3, above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and FDA, may contact one or more respondents for clarifications and to enhance the Government’s understanding. This announcement is for Government market research only, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. RESPONSES DUE: All capability statements must be received by email to: karen.petty@fda.hhs.gov, on or before Monday, August 10, 2009 no later than 4:30pm, EST. Telephone calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-09-1058753-SS/listing.html)
 
Place of Performance
Address: 10903 New Hampshire Avenue, Silver Spring, Maryland, 20903, United States
Zip Code: 20903
 
Record
SN01895088-W 20090802/090801000006-915633a10bc821cb1c0538263e0939c0 (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  © 1994-2020, Loren Data Corp.