The contractor shall provide: 1) one Pegasus 4D GCXGC System with LECO Consumable-Free dual jet Thermal Modulator; 2) Pegasus 4D GSXGC-TOFMS operation and ChromaTOF Software training to be held at the contractor's location; 3) Pegasus 4D ChromaTOF Software, latest version and additional license; 4) Lebrary Leco Feihn Metabolomics; 4) Purifier Gas Tof Kit Restek; 5) Enable Statistical Compare Software add-on for ChromaTOF; 6) 19" Flat Screen Color Monitor; and 7) Software Enable Scripts.
Facts and Reasons to Justify Other than Full and Open Competition:
Statutory authority:
Statute: This justification has been prepared under the authority of 41 U.S.C. 253 (c)(1) as set forth in 13.106-1 (b)(1).
(b) Soliciting from a single source.
(2) For sole source (including brand name) acquisitions of commercial items in excess of the simplified acquisition threshold conducted pursuant to Subpart 13.5 the requirements at 13.501(a) apply.
No other requirement and/or type for supply or service will satisfy agency need.
The system will be used to acquire data on a Gas chromatograph platform allowing for the detection of hundreds -to-thousands more compounds than seen with conventional GC. The 4D chromatography separations, leading to the identification, qualification and quantification of potential small molecule biomarkers, can be used in the prediction, identification, severity and prognosis of a disease or diseased state such as cancer and biomarkers indicative of exposure to toxic compounds, or other harmful entity, and the biological effects of the exposure. The system is integrated with ChromTof software allowing for enhanced analysis of acquired raw data, including true signal deconvolution, automated peak find and extended range calibration algorithms, which can be accomplished on one platform.
The following characteristics are required:
• Spectral collection rates up to 500 full-range mass spectra/second (500 Hz)-the Pegasus is the only MS detector capable of true Comprehensive multi-dimensional chromatography;
• Cryo-focusing prior to release on secondary column provides up to a ten fold increase in analyte detectability;
• True Signal Deconvolution;
• Automated Peak Find;
• Wide dynamic range (4 orders of magnitude);
• Maintenance-free ion source (no cleaning required);
• A robust quad-jet, dual stage Thermal Modulator;
• Secondary oven for enhanced selectivity.
As part of the cryo-focusing process in the GCxGC modulator, analyte bands that elute from the first column are significantly sharpened prior to being released into the second column. As a result, peaks ranging from 50 to 200 milliseconds wide are produced. These narrow peak widths require a detection system that is capable of collecting data at rates of 100 Hz or more in order to adequately characterize the shape of the chromatographic peak. Only the Pegasus TOFMS, with continuous full-range mass spectral acquisition rates at up to 500 Hz, offers MS data with sufficient data density to address the requirements of any GCxGC separation. Spectral quality at these high acquisition rates is maintained in the Pegasus TOFMS. Leco Corporation is the only known source that is able to provide the 4D GCxGC technology.
This is not a solicitation for competitive quotations. However, if any interested party believes they can meet the above requirement, they may submit a statement of capabilities. All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the above unique specifications described herein. An original and one copy of the capability statement must be received in the NCI Office of Acquisitions on or before 11:00 AM EST on August 9, 2010. No electronic capability statements will be accepted (i.e. email or fax). An original and one copy must be sent to the NCI Office of Acquisitions at the address stated above. All questions must be in writing and can be faxed (301) 402-4513 or emailed to Melissa Marino, Contract Specialist, at [email protected]. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must have valid registration and certification in the Central Contractor Registration (CCR) www.ccr.gov and the Online Representations and Certifications Applications (ORCA), http://orca.bpn.gov. No collect calls will be accepted. Please reference solicitation number NCI-100130-MM on all correspondence.