Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
SOURCES SOUGHT

66 -- Procurement of one (1) miniDAWN Multi-angle Light Scattering Instrument (MALS) or Equivalent

Notice Date
5/22/2020 8:15:25 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NIH National Cancer Institute Rockville MD 20850 USA
 
ZIP Code
20850
 
Solicitation Number
75N91020Q00081
 
Response Due
5/29/2020 8:00:00 AM
 
Archive Date
06/13/2020
 
Point of Contact
Adam Hernandez, Phone: 2402765633
 
E-Mail Address
adam.hernandez@nih.gov
(adam.hernandez@nih.gov)
 
Description
This Small Business Sources Sought Notice (SBSS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI). The purpose of this Sources Sought Notice is to identify qualified small business concerns including 8(a), HUBZone or Service-Disabled Veteran-owned business concerns that are interested in and capable of performing the work described herein. The NCI does not intend to award a contract based on responses received nor otherwise pay for the preparation of any information submitted. 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. This requirement is assigned North American Industry Classification System (NAICS) code 334516 with a size standard of 1,000 employees is being considered. NCI may issue a request for quotation (RFQ) as a result of this Sources Sought Notice. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this Sources Sought Notice or the NCI�s use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. 1.0 BRAND NAME OR EQUAL This requirement is for the procurement of the brand name or equivalent instrument described in section 4.0. The Federal Acquisition Regulation (FAR) provision FAR 52.211-6, Brand Name or Equal (AUG 1999) is applicable to this requirement. 2.0 BACKGROUND The U.S. Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Biochemistry and Molecular Biology (LBMB) requires the procurement of a miniDAWN Multi-angle Light Scattering Instrument or equivalent. LBMB conducts structural studies of proteins and protein-DNA complexes. Multi-Angle Light Scattering (MALS) equipment is required for characterizing their molecular weight.� � 3.0 TYPE OF ORDER This is a Firm-Fixed-Price Purchase Order. 4.0 PRODUCT FEATURES/SALIENT CHARACTERISTICS The required instrument shall have multi-angle light scattering for characterization of macromolecules, differential refractive index detector with high sensitivity and dynamic range, and software to analyze scattering data according to the following product features/characteristics. The instrument shall: Have at least 3-angles of scattering detection for accurate measurements of molecular weight (Mw) and root mean square radius (Rg).� The data from these 3-angles must be analyzable globally, not individually, to afford the highest levels of accuracy and precision.�� Be calibrated with pure solvent, e.g. toluene, and report absolute values for Mw and Rg to ensure accuracy.� Have a range of 200 to 10 MDa for Mw and 10 to 50 nm Rg, in particular, for larger Mw complexes. Have, for a 3-angle MALS, sensitivity sufficient to characterize 500 ng of bovine serum albumin in phosphate-buffered saline (25 ng of 100 kDa polystyrene in tetrahydrofuran at a signal to noise ratio of five or more (assuming standard 7.8 mm x 300 mm SEC column) to enasure high sensitivity of the instrument.� Be compatible with �KTATM fast protein liquid chromatography (FPLCs) platform, and operable in a cold room or refrigerator operating as low as 4C as the instrument will be operated in the cold room. Be easy to operate and maintain.� The instrument shall contain a user-friendly front panel interface with �health indicators�; a cell operation and maintenance enhancing technology for ultrasonic cleaning of the flow cell; a forward monitor to help determine if the sample is absorbing or assess sample quality (e.g. if the cell contains a bubble); a laser monitor for enhanced laser stability; and others. This is important for non-expert users. Have the widest dynamic range possible, to avoid the need to run a sample two or three times, under different instrument settings or even different sample preps.� A dynamic range of 3,000,000:1 or higher would be suitable.� Be compatible with software that must include peer-reviewed capabilities for characterization of macromolecules by online ultraviolet, multi-angle light scattering, and refractometry including band broadening corrections; light scattering models; and protein-conjugate analysis (for glycosylated proteins, protein:dna complexes, etc.) among others.� Operate through software with a differential refractive index detector that must be capable of both differential and absolute Refractive Index (dRI and aRI), with a light source wavelength matched to the MALS for the highest levels of accuracy.� ???????4.1�DELIVERY / INSTALLATION Delivery shall be within 30 business days of purchase order award. All shipping/handling (including FOB) and delivery/installation fees shall be included in the quote. Upon delivery, the Contractor shall notify the NCI Technical Point of Contact (TPOC), TBD at award, to schedule the installation date and time that shall occur within 5 business days after delivery. Installation shall be performed by, or under the direct supervision of, a certified operator. The Contractor shall deliver and install the equipment at the following address: 37 Convent Drive Building 37, Room 6114E Laboratory of Biochemistry and Molecular Biology, National Cancer Institute, National Institutes of Health Bethesda, MD, 20892. Phone: 240-760-7645 4.2�TRAINING Within 30 business days after installation, 1 day of onsite training shall be provided for at least one (1) user of the equipment. All training expenses, including materials and/or travel expenses, shall be included in the quoted price. 4.3�WARRANTY A minimum of 12-months warranty from the date of installation shall be included, which covers the cost of repair and/or replacement, including labor or any defect in workmanship or parts. 5.0 RESPONSE DELIVERY POINT Capability statements shall be submitted via email to Contract Specialist, Adam Hernandez, at adam.hernandez@nih.gov no later than 11:00 A.M. EST on Friday, May 29, 2020 (05/29/2020). All information furnished must be in writing and must contain enough detail to allow the NCI to determine if it can meet the unique specifications described herein.�Please reference number 75N91020Q00081 on all correspondence. 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 capability. 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, an RFQ may be published. However, responses to this notice will not be considered adequate responses to a solicitation(s).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2b8596e1bed645c38398005bbc86d17d/view)
 
Record
SN05669455-F 20200524/200522230200 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.