Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
MODIFICATION

99 -- NIHLM2010067--Mass Spectrometer

Notice Date
7/14/2010
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
National Institutes of HealthNational Institute of Diabetes andDigestive and Kidney Diseases6707 Democracy BlvdSuite 700WBethesdaMD20892-7511
 
ZIP Code
20892-7511
 
Archive Date
8/11/2010
 
Point of Contact
Sonya Owens-Cobblah, Phone: 3015944666, Maxwell Kimpson, Phone: (301) 435-4380
 
E-Mail Address
owenscobblahs@mail.nih.gov, kimpsonm@nlm.nih.gov
(owenscobblahs@mail.nih.gov, kimpsonm@nlm.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Institutes of Health (NIH), National Library of Medicine (NLM), intends to award a limited sources contract using the Justification for Limited Sources and Approval procedure to Thermo Electron North America LLC. This contract is a mass spectrometer subsystem. This contract will include software integration, installation, testing, and maintenance. The institute intends to procure this service contract pursuant to FAR 8.405-6, Limited Sources Justification and Approval. Specification: The Clinical Core Mass Spectrometry laboratory runs all clinical stable isotope studies for NIDDK and collaborating NIH Institutes. We are concurrently working on multiple projects on a single GC-combustion-IRMS system. While the GC-combustion-IRMS is the best instrument for the optimum accuracy and precision of clinical study sample, it is very slow as a method development instrument. The alumina reactors used in the combustion are very fragile and are easily broken during method development. When broken or damaged, these reactors take 1-2 days to replace. The purchase of a GC-quad MS will enable the initial 80% of method development to be performed on a very durable system at the same time making the GC-combustion-IRMS available to run clinical study samples. The GC-squad MS will also expand our core labs capabilities by enabling the identification of peaks in question. The choice will be based on multiple factors including: capabilities, cost and compatibility with the existing GC-combustion-IRMS. The introduction of a newly designed 'ExtractaBrite' source allows the maintenance of the ion source without venting the system, thus minimizing downtime. The system can use multiple ionization sources including electron ionization, positive or negative chemical ionization, and direct sample probe. A new high -speed data acquisition system allows for rapid scanning of up to 11, 111 u/s. A GC-MS would be identical for method development and transferring methods to the GC-combustion-IRMS, thus allowing optimum method development as well as cost savings through the use of the same spare parts for both systems. The selection of a system would also enable grouping service contracts for maximum discounts. Vendors may identify in writing their interest and capability in response to this requirement. This notice of intent is not a request for competitive proposals. However, all responses received before the closing date of this announcement will be considered by the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a quotation which, if timely received, shall be considered by the agency.This request is for interested firms with the capability of providing the items listed above and to submit a capability statement along with projected pricing, to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. The intended procurement will be classified under North American Industrial Classification (NAICS) code 334516/811219 with a size standard of 500 employees. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE:Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e., small/large) and DUNS number.All respondents are requested to identify their firm's size and type of business. Interested firms responding to this market survey must provide (a) capability statement demonstrating their experience, skills and capability to fulfill the Government's requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed 10 pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement, not to exceed 10 pages, should include references. A copy of the capability statement must be received at the address identified in this synopsis by no later than close of business (4:30 pm local time at designated location) on July 27, 2010 Responses by fax or e-mail WILL BE ACCEPTED. This announcement is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Vendors may identify in writing their interest and capability in response to this requirement or submit a proposal. This notice of intent is not a request for competitive proposals. However, all responses received before the closing date of this announcement will be considered by the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a quotation which, if timely received, shall be considered by the agency. The contract vehicle is a Firm Fixed price contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b3ef6e2c709095f887d2898a07c1049d)
 
Record
SN02205690-W 20100716/100714235130-b3ef6e2c709095f887d2898a07c1049d (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.