Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2011 FBO #3521
SOURCES SOUGHT

66 -- High Resolution Quadrupole Time-of-Flight (QTOF) Mass Spectrometer system

Notice Date
7/14/2011
 
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, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
FDA1090401
 
Archive Date
7/23/2011
 
Point of Contact
Nicholas E Sartain, Phone: 870-543-7370
 
E-Mail Address
nick.sartain@fda.hhs.gov
(nick.sartain@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION The U.S. Food and Drug Administration (FDA), Jefferson Laboratories, in Jefferson, Arkansas, is conducting market research to support the Center for Food Safety and Applied Nutrition (CFSAN) requirement for a High Resolution Quadrupole Time-of-Flight (QTOF) Mass Spectrometer system. The FDA is seeking business sources, including total small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, and 8(a) certified companies. The following information is provided to assist the FDA in conducting Market Research to identify potential contractors for this effort: The government is seeking capability statements from small business manufacturing companies and large business may also respond that can provide a High Resolution Quadrupole Time-of-Flight (QTOF) Mass Spectrometer as detailed below. The vendor must also be capable of providing extended service agreement coverage for multiple years after the initial warranty has expired. The instrument shall be equivalent to the salient characteristics described herein. The system must include the following items: Mission related regulatory and research projects within the Center for Food Safety and Applied Nutrition (CFSAN) require an upgrade/trade-in to an existing mass spectrometer, which is a Waters QTOF premier mass spectrometer. An upgraded system with a state-of-the-art quadrupole time-of-flight mass spectrometer with enhanced capabilities is required. The new replacement instrument must be of Quadrupole Time-of-Flight (QTOF) design. It must be capable of achieving high-mass accuracy (< 2 ppm with external standardization) and must have high mass resolving power capability (> 50000). In addition to this need, it must also be able to provide accurate mass information directly from tandem mass spectrometry (MS/MS) experiments. This mass spectrometer combines high resolution and accurate mass capabilities, which are necessary for the rapid determination of the molecular formula of unknown compounds, an important first step in characterizing chemical contaminants, toxins and biomolecules. This instrument is needed for method development and analysis of compounds related to food safety activities within the Center. It will also be used to support other method development projects involving dietary supplements, marine toxins, packaging materials and food allergens. Finally, there is a specific requirement that this instrument be capable to the development of methods employing liquid chromatography mass spectrometry to analyze proteins from bacteria in order to develop bacterial protein profiles, which can then be used to rapidly characterize the identity of bacteria, as well as to differentiate closely related strains. In order to do this, an instrument with data analysis capabilities that can rapidly find protein chromatographic features in liquid chromatograms of proteins, extract the multiple charge states associated with those features, calculate the molecular weight of the proteins from those charge states, and then obtain integrated signal intensity for the protein charge states and combine this to produce an estimate of the protein abundance. In addition, the instrument must be capable of performing tandem mass spectrometry on intact proteins. In particular, it must be capable of identifying fragment charge states in tandem mass spectrometry of intact proteins. Specific minimum requirements: I. Instrument: a. The instrument must be of hybrid Quadrupole orthogonal acceleration Time-of-Flight (oa-TOF) LC-MS design b. Mass Resolving Power: > 50,000 c. Full scan MS mass accuracy: better than 2 ppm in both infusion or on-column modes using an external standard; better than 1 ppm mass accuracy using an internal standard d. MS/MS Mass Accuracy: better than 2 ppm e. Mass range: Low mass range: m/z 50 or lower; high mass range: > m/z 15,000 f. Sensitivity: Capable of detecting 10 femtomoles of reserpine or leucine enkephalin, either injected on-column or infused (signal integrated over 10 seconds for infusion) at 5 microliter/minute or higher flow rates for MS mode; minimum 100:1 signal-to-noise ratio for MS mode. Capable of detecting a minimum of 100 femtomole of a doubly charged peptide ion in MS/MS mode, using one y sequence fragment ion with at least 50:1 signal:noise ratio. g. Must have electrospray ionization source with capability to spray a calibrant without changing the experimental setup (dual sprayer or equivalent) h. Must have a nanospray source included or that can be purchased as an option i. Instrument must have dry rough pump (e.g. scroll pump) II. Data System a. Data system must be capable of operating instrument, acquiring data and storing data for data analysis with additional software packages b. Must include auto-tuning and auto-calibration software c. Must be capable of performing data-dependent scanning for MS/MS with dynamic selection of fragmentation energies d. Computer hardware must be supplied as part of the data system III. Operating system and Data Analysis Software a. Must include software for analyzing LC/MS and LC/MS/MS data, extracting information and submitting that information for searches against well-known data bases. Output of data system must be compatible with the Mascot search engine. IV. Warranty and Trade-in a. Must offer a minimum of one-year warranty on parts and labor for repairs. V. Installation and training included The optional service agreement includes parts and labor: The service agreement shall include the following: • Minimum of one (1) PM visit per contract year; • Unlimited emergency repairs; • Unlimited Priority Telephone Support; • Peak performance maintenance kits; • Software updates; • All labor, travel, and parts (except consumables); • Only new OEM factory certified replacement parts to repair the system. The contractor shall perform all necessary repair service and standard preventative maintenance of the system. Contractor shall perform work related to service bulletins or other manufacturer's stipulated repairs that may occur during the contract period. The offeror may provide statement of coverage with their response to determine plan acceptability. The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered instrument and components meet the technical requirements identified above. Firms believing they can meet the requirements to the above specifications are encouraged to respond electronically with no less than the following information: • Business name, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address; • Sufficient descriptive literature that unequivocally demonstrates that offered products and services meet or exceed above specifications. • At a minimum provide the following: All descriptive material necessary for the government to determine whether the product offered meets the technical requirements including: technical specifications, descriptive material, literature, brochures and other information, which demonstrates the capabilities of the contractor to meet the requirement. Indicate whether the organization is the manufacturer of the items or authorized reseller. • If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement are also requested. • Provide information if any of these specifications are too restrictive. No response will be considered that the listed specifications are adequate in a competitive environment. • If a large business, provide if subcontracting opportunities exist for small business concerns. • Though this is not a request for quote, informational pricing must be submitted. The government is not responsible for locating or securing any information, not identified in the response. The associated North American Industry Classification System (NAICS) Code is- 334516- Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. Interested Contractors must respond with capability statements which are due in person, by postal mail or email to the point of contact listed below on or before July 22, 2011 by 13:00 hours (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OA/OAGS, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502 or email nick.sartain@fda.hhs.gov. Reference FDA1090401. 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 FedBizOpps. 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/FDA/NCTR/FDA1090401/listing.html)
 
Place of Performance
Address: 5100 Paint Branch Parkway, College Park, Maryland, 20740, United States
Zip Code: 20740
 
Record
SN02498503-W 20110716/110714234652-6131bcce2920287c41988e57039be698 (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.