Ultra Performance Liquid Chromatography (UPLC) System Coupled with a Mass Spectrometry (MS) Detector

expired opportunity(Expired)
From: Federal Government(Federal)
NIHDA201800522

Basic Details

started - 30 Aug, 2018 (about 5 years ago)

Start Date

30 Aug, 2018 (about 5 years ago)
due - 07 Sep, 2018 (about 5 years ago)

Due Date

07 Sep, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
NIHDA201800522

Identifier

NIHDA201800522
Department of Health and Human Services

Customer / Agency

Department of Health and Human Services
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

NON-COMPETITIVECOMBINED SYNOPSIS / SOLICITATIONTitle: Ultra Performance Liquid Chromatography (UPLC) System Coupled with a Mass Spectrometry (MS) Detector(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.(ii) The solicitation number is NIHDA201800522 and the solicitation is issued as a request for quotation (RFQ).This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold.THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED
SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Center for Advancing Translational Sciences intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to Waters Corporation, 34 Maple Street, Milford, MA 01757 or an authorized seller of this manufacturer for an Ultra Performance Liquid Chromatography (UPLC) system coupled with a Mass Spectrometry (MS) detector.This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items by soliciting from a single source pursuant to FAR Subpart 13.106-1(b).Pursuant to FAR Subpart 13.501 (a) (1) (iii) the justification (excluding brand name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award.Pursuant to FAR Subpart 13.501 (a) (1) (iv) the rationale for the brand name justification is that the Automated Chemistry Group within the Division of Pre-Clinical Innovation (DPI) at NCATS has begun the development and implementation of a high-throughput experimentation (HTE) platform. The unique qualifications provided by the Waters ACQUITY I-Class UPLC-MS system enables these platforms to be highly successful. The Waters ACQUITY I-Class UPLC-MS has the following necessary unique qualifications:• The binary pump, which is designed for ultra-high-performance liquid chromatography, has the capability to start the gradient at injection, before the injection, or after injection.• The pump has integrated, automated intake valves for robust reliable performance and priming.• The pump flow precision is <0.075% RSD or 0.01 min SD from 0.2 - 2.0 mL/min.• The pump has automatic and continuous compressibility compensation, which requires no user intervention.• The pump can deliver gradients with eleven (11) gradient curve shapes (linear, 2 step, 4 convex, 4 concave).• The pump allows for automatic variable stroke, user settable backpressure limit, and system dwell volume match through the addition of a delay either before or after the injection occurs.• The sample management system that can be configured to accommodate 24, 96, and 384-well plates with a maximum capacity of 7,680 samples.• The total system dwell volume is <95 uL with a configured sample manager fixed loop.• The sample manager supports three (3) injection modes: full loop, partial loop, and partial loop using needle overfill.• The sample manager has a cycle injection valve to manage carryover and a no injection mode to support multi-pump and multi-valve operation.• The sample manager has a rotary tray mechanism that rotates the samples into position, which reduces the distance to the injection port reducing volume and dispersion.• The sample manager has an integrated wash station and injection port enabling the inner and outer surfaces of the needle along with the injection port to be rinsed.• The sample manager has multiple needle surfaces available including PEEK, PEEKsil, and stainless steel.• The binary solvent manager automatically synchronizes the injection start between the pump and the sample manager fixed loop to enhance retention time reproducibility.• The sample manager carryover is typically less than 0.001% from sample to sample.• The pump and sample manager automatically communicate to coordinate pre-injection operations reducing the impact of the pump's dwell volume on system throughput. Prior to injection the sample manager performs washing and sample aspiration while the solvent manager delivers the gradient to the injector valve simultaneously rather than sequentially providing a significant time savings to system throughput.• The system supports leak sensing with full 96-hour diagnostic data displayed through ACQUITY UPLC console software. Drips are managed through a drip tray, which directs all leaks to either the front or rear of the instrument, and then into a suitable waste container.• The UPLC system software shall support fully integrated Console diagnostics - 96 hours of diagnostic data is preserved.• The UPLC system can store up to 16 diagnostic data channels (a total of 96 hours), which includes piston pressures, system pressure, sample manager pressures, temperature (including ambient), lamp hours, and lamp ignitions. The diagnostic data is collected when the instrument is powered up regardless of the number of runs or run time set. The user can access all diagnostic functions through a graphical interface, as well as full maintenance information such as counters for total lamp hour usage, number of ignitions, solvent usage, and number of injections.• The absorbance detectors can set filter settings and data rate independently.• The absorbance detectors have optional flow cells with path length of 10 mm and a volume of either 250 nL or 500 nL. The flow cells are designed to optimize UPLC peak detection offering a dispersion performance below typical HPLC detector flow cells and volumes.• The absorbance detector flow cells can identify the path length electronically.• The ACQUITY QDa mass detector has automated acquisition with single ion recording and full scan with a m/z range of 30-1250 providing enhanced data quality for required spectra or points per second (Hz).• The ACQUITY QDa mass detector incorporates a low noise dynolite photomultiplier detector positioned after the mass analyzer. A high voltage conversion dynode and high voltage phosphor are positioned orthogonally to the analyzer for the elimination of neutral noise. The photomultiplier is enclosed in its own vacuum envelope preventing contamination to guarantee a maintenance-free life time. The detector operates in both positive and negative ion mode, which can be switched rapidly (25 ms).• The QDa mass detector utilizes a single piece probe capillary to minimize post-column dispersion for high efficiency of UPLC separation.• The mass detector has a pre-optimized ionization source for consistent performance by negating the need of user adjustment.• The Z-spray ion source has dual orthogonal geometry enabling efficient transmission of ions into the analyzer at the same time providing robust removal of non-ionized materials.• The sample aperture has a reverse cone geometry for maximized robustness.• The mass detector requires no tools for routine user maintenance.• The mass detector has dual off-axis ion guides for elimination of neutral noise with increased sensitivity and robustness.• The mass detector has automated internal mass calibration and verification, as well as mass resolution control and verification for consistent data quality.• The mass detector has a single method file for setting all parameters.• The Waters OpenLynx software, which many users already have familiarity with, can automatically generate pass/fail reports of sample plates based on user set criteria including purity and identity of desired compound.• The Waters Open Access Toolkit software enables complete system administration and management remotely allowing for greater automation integration.• The ACQUITY I-Class UPLC-MS has the capability for future modification to a PATROL UPLC Process Analysis System, which provides access to real-time, chromatographic-quality analysis of in-process samples.(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99, dated June 15, 2018.(iv) The associated NAICS code 811219 and the small business size standard is $20.5M. This requirement is a brand name only requirement with no set aside restrictions.(v) The Division of Preclinical Innovation (DPI) within the National Center for Advancing Translational Sciences (NCATS) is requesting an Ultra Performance Liquid Chromatography (UPLC) system coupled with a Mass Spectrometry (MS) detector for use in the Medicinal Chemistry Lab.(vi) The system that meets the needs of this requirement must be manufactured by the Waters Technologies Corporation and include the following products/quantities:Mfg. Product # Qty Description176815023 1 ACQ. UPLC I-Class PLUS Triple w/QDa Sys176015112 1 ACQ. I-Class PLUS Sys. (CM-A) w/SM-FL-I176015090 1 ACQUITY UPLC I-Class PDA Detector700011803 1 ACQ. I-Class PDA Tubing Single Detector176003208 1 ACQUITY QDa Detector (Performance)176004266 1 ACQUITY I-Class PLUS QDa Kit205001275 1 Kit, Ethernet Switch Box w/ Bracket700009641 1 ESI PROBE ASSEMBLY 250mm176003244 1 ISM & ACQUITY Splitter Kit176015027 1 ACQUITY UPLC ELSD w/Nebulizer700002848 1 ACQUITY UPLC / UV and ELSD Qualification Standards Kit700002669 1 ACQUITY UPLC / UV Start Up Standards Kit700002741 1 ACQUITY / Quattro micro or Quattro Premier MS Start Up Solution Kit176001060 1 ML 4.1 & Standard PC668000273 1 MONITOR, Lenovo ThinkVision Flat Panel176015040 1 ACQUITY UPLC SO H/I-Class205001832 1 Kit, ACQUITY UPLC 4 x 50mm CM-A186007088 1 Certified Container Kit741000472 1 QDa SYSTEM INSTALLATION CERT176001075 1 OpenLynx Open Access v4.1(vii) Delivery Date: Eight (8) to twelve (12) weeks ARO.(viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.(ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition.(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:•Technical Evaluation Factor: Offeror's technical approach will be evaluated for completeness, feasibility, soundness, and practicality for accomplishing the requirements of the Purchase Description.•Delivery/Period of Performance Evaluation Factor: Contractor's ability to meet or exceed the delivery date/period of performance in the Purchase Description.•Cost/Price Evaluation Factor: Offeror(s) cost/price will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques as described in FAR 15.404.Technical and past performance, when combined, are significantly more important than cost or price.(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.(x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.(xi) The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.(xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.(xiii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.(xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.(xv) Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations.Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov."All responses must be received by September 7, 2018, 1:00pm, Eastern Standard Time and reference number NIHDA201800522. Responses may be submitted electronically to Jessica Adams, Contract Specialist at jessica.adams@nih.gov.Fax responses will not be accepted.(xvi) The name and email address of the individual to contact for information regarding the solicitation is Jessica Adams, Contract Specialist at jessica.adams@nih.gov.  

National Center for Advancing Translational Sciences9800 Medical Center DriveBldg. BAttn.: Sam MichaelRockville, MDLocation

Place Of Performance : National Center for Advancing Translational Sciences 9800 Medical Center Drive Bldg. B Attn.: Sam Michael

Country : United States

Classification

NAISC: 811219 GSA CLASS CODE: 66
naicsCode 811219
pscCode 66INSTRUMENTS AND LABORATORY EQPT