SOURCES SOUGHT
66 -- DELTA V Plus Isotope Ratio Mass Spectrometer (IRMS) with an EA-Isolink
- Notice Date
- 5/21/2021 8:42:23 AM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95021Q00200
- Response Due
- 6/7/2021 9:30:00 AM
- Archive Date
- 06/22/2021
- Point of Contact
- Jeanette Russell, Phone: 3018275140
- E-Mail Address
-
Jeanette.Russell@nih.gov
(Jeanette.Russell@nih.gov)
- Description
- This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. 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 notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition.� It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.� Responses will not be considered as proposals or quotes.� No award will be made as a result of this notice.� The Government will NOT be responsible for any costs incurred by the respondents to this notice.� This notice is strictly for research and information purposes only. Background:� The National Institute on Aging (NIA), Intramural Research Program (IRP), Translational Gerontology Branch (TGB) needs a DELTA V Plus IRMS with an EA-Isolink to conduct research. This instrument will be useful to a wide range of studies within NIA/IRP as related to epidemiological studies such as BLSA; Genetic and Epigenetic Signatures of Translational Aging Laboratory Testing (GESTALT); clinical intervention studies such as the Ketone Study; animal studies; and even in vitro studies.� Stable Isotope Ratios are not affected by alterations to molecular structure, such as autoclaving or freeze/thaw issues. Therefore, stored samples from more than 50 years ago (such as those historic BLSA samples), can be analyzed without issues. BLSA samples have been run on the DELTA V Advantage IRMS with EA, as a result we would like to continue collection of data to complement the existing data. In addition, this machine is being used by other international experts in this field.� Therefore, results from our future studies can be easily compared to others. Purpose and Objectives: This request is for the purchase of a DELTA V Plus Isotope Ratio Mass Spectrometer (IRMS) with a EA-Isolink for the purpose of measuring stable isotope ratios that may serve as useful biomarkers in nutritional epidemiology and creating cutting-edge research for understanding the influence of diet on aging and diseases. The IRMS has been proven to work well in research settings, in particular, for Baltimore Longitudinal Study of Aging (BLSA) study samples and results are currently run on a Delta V Advantage IRMS with EA and used in the continuity of current research sample and results with the intent of complementing existing data and future research needs. Project requirements: Interested vendors must be able to provide a DELTA V Plus Isotope Ratio Mass Spectrometer (IRMS) with a EA-Isolink shall include a universal triple collector, Hydrogen Cup (HD) collector, computer package with ISODAT software suite with Flash IRMS elemental analyzer for Elemental Analyzer (EA) Isolink Carbon (C), Nitrogen (N), Sulfur (S), Oxygen (O), and Hydrogen (H) with single reactor for C,N,S. AS 1310 Autosampler with tray for 105 samples for EA Isolink. Vendors must be able to provide these specifications: 3kV acceleration voltage 1-96 amu range @ constant 3kV Mass Analyzer entrance slit 200 ?m Mass Resolution (@ 10% valley separation) ? 110 m/?m (CNOS) Effective magnetic deflection Radius 191 mm Fore vacuum Pump is contained within chassis to maintain a noise level at or below 48 dB Continuous flow sample consumption of 0.06 nmol/s CO2 generates 1.5 V (5 nA) on m/z 44 Continuous flow Sensitivity of 1000 molecules per ion (m/z 44 on CO2) High sensitivity electron impact ion source self-aligning and plugs into a front flange of an analyzer block Dual Inlet and He carrier gas Continuous Flow applications Filament for all gas species Gas introduced to the ion source at ground potential Instrument diagnostics via software suite Differential pumping for less ion beam scattering in the fight tube Amplifier housing is held under vacuum Amplifiers register up to 50 V Computer switchable amplifier gain ""Plug and measure"" peripheral recognition Evacuated amplifier housing for lowest amplifier noise All analog digital conversion happens already in the amplifier housing under vacuum Computer controlled ion source potentials and parameters (fully integrated into the analytical process) Diagnostic package built into the software Equal treatment of all peaks in software (sample and reference) Features of the ConFlo IV Five reference gases always available Computer-controlled reference gas intensities Auto-determination of linearity, stability, and H3+ factor Integrated system monitoring and self-diagnosis Computer-controlled auto-dilution of sample gases based on TCD signals from the Flash EA an automated method developer that automatically matches reference peak height and sample peak height during the analysis Continuous and unattended analysis utilizing 3 preparation devices Software controlled standby and startup of Flash EA 2 high flow (EA) and 1 low flow (GC) gas inputs; automatically selectable from the computer An independent furnace operating up-to 1100oC for N, C and S analysis, with a 15-year parts warranty Ramp EA oven, the EA oven that can go from 60-240oC that can increase throughput and accuracy An independent Furnace operating up-to 1450oC for O and H analysis A Helium Management module (HeM) that delivers very low helium consumption for each sample analyzed (patented) Temperature regulated electronic flow controllers of helium carrier/reference gas and oxygen gas A Thermal Conductivity Detector, in a thermo-regulated environment, with a 15-year parts warranty Two MAS Plus autosamplers each supplied with one 32-position sample tray An automated switching device between C,N,S and O,H mode Automated wake-up, start-up, auto-off, auto-Standby, Leak Test and safety cut-off function Data Handling Software Flash IRMS Elemental Analyzer (EA) fully integrated with a software suite Automated standby mode with zero helium consumption� Sequence delay timer for sample throughput management during maintenance periods Auto-stop function Anticipated delivery date: Ninety (90) days after receipt of completed purchase order Capability statement /information sought. The intent of this sources sought notice is to define the procurement strategy (e.g. set-aside, sole source, unrestricted) for a solicitation that is intended to be posted soon. Interested contractors are requested to respond by (1) identifying how their proposed product meets or exceeds the project requirements listed above; and (2) providing product literature, white papers, or capability statements that demonstrate their bona fide ability to supply such an item within the time frame described above. In addition, please state your business size status and whether you are the manufacturer or authorized distributor of the item you propose. Please note that NIA is particularly interested in small business sources. If you are a small business, please state the type of small business (small business; HUBZone; service-disabled, veteran-owned; 8(a); veteran-owned; woman-owned; or small disadvantaged businesses) and your size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The respondent must also provide their� DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2� x 11� paper size, with 1� top, bottom, left and right margins, and with single or double spacing. The information submitted must be in an outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.� A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit.� The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist.� Facsimile responses are NOT accepted. The response must be submitted to Jeanette Russell, Contract Specialist, at e-mail address jeanette.russell@nih.gov. The response must be received on or before Monday, June 7, 2021 at 12:30 pm, Eastern Time. �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 presolicitation synopsis and solicitation may be published in Federal Business Opportunities. 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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/882e7ff4b3ee477fbdab1d4e9fe372d4/view)
- Place of Performance
- Address: Baltimore, MD, USA
- Country: USA
- Country: USA
- Record
- SN06010317-F 20210523/210521230109 (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 |