The Clinical Mass Spectrometry Core runs quantitative clinical mass spectrometry studies for NIDDK and some collaborating NIH Institutes. We are currently working on multiple LC-MS projects with a state-of-the-art mass spectrometer with a malfunctioning HPLC. The 15 year old HPLC is unable to thermally control the autosampler so clinical samples that are unstable at room temperature cannot be run with the autosampler. The old HPLC is also unable to cool or heat the mobile phase prior to entering the column resulting in poor separations at non-room temperature analysis. The old HPLC does not have the pressure capability or flow rates required to utilize 1mm ID columns. These factors significantly limit the capabilities of the Clinical Mass Spectrometry Core.
Based on our research, we require the following minimum specifications:
UPLC Pump:
Optimized for UPLC separations
Capable of Pressure Range 5-151 MPa, (50-1517 bar, 700-22,000 psi)
Flow Range 0.001-5 mL/min, in l µL/min increments
Solvent Degassing Built-in, 6 Channels
UPLC Autosan1pler:
Capable of holding 4 trays of 54 vials (12mm) for a total capacity of216 vials.
Operating Principle Split loop injection
Pressure Range 5-151 MPa, (50-1517 bar, 700-22,000 psi)
Injection Volume Range 0.01--25 µL, min. step= 0.01 μL; Optional: 0.01-100 μL
Injection Volume Accuracy Typically ±0.5% for 10 μL water
Sample Compartment Temperature Range 4-40 °C (2':23 K below ambient at <80%
RH)
Autosampler reads vial barcodes
UPLC Column Compartment:
2 thermostatting modes
5 °C to 120 °C temperature range
Active pre-heating
UPLC control software must be 100% compatible with Thermo XCalibur
The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors - Commercial items; 2) FAR Clause 52.212-2, Evaluation - Commercial Items. As stated in FAR Clause 52.212-2 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be advantageous to the Government, price and other factors considered. The following factors will be used equally to evaluate offers: Technical Evaluation, Price, and Past Performance. The Government will make award based on Best Value.
Note: Past Performance Information: Vendors must submit a listing of the most recent contracts/awards (minimum of 3) which demonstrate similar work in nature to this Solicitation. Contracts/awards may include those entered with the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract:
1. Name of Contracting Organization
2. Contract Number (for subcontracts provide the prime contract number and the subcontract number)
3. Contract Type
4. Total Contract Value
5. Description of Requirement
6. Contracting Officer's Name and Telephone Number
7. Program Manager's Name and Telephone Number
3) FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; 5) FAR Clause 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions. The Dun and Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN) and the certification of business size shall be included. The clauses are available in full text at http://www.arnet.gov/far.
PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the System For Award Management (SAM) http://www.sam.gov
Interested vendors capable of providing the Government with the items specified in this synopsis should submit their quotation to the below address. Quotations will be due on September 15, 2014 at 11:00 a.m. EST. Offersors shall provide an original and two copies of your quotation. The quotation must reference Solicitation number NIHLM2014302. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 700W, Bethesda, Maryland 20892, Attention: V. Lynn Griffin.
Faxed copies will not be accepted.