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 intended procurement will be classified under North American Industrial Classification (NAICS) code 334516 with a size standard of 500. Offerors who are capable of providing at a minimum, fifty-one percent (51%) of the required/actual services of this solicitation. All respondents are requested to identify their firm's size and type of business. Interested firms responding to this market survey must provide (a) capability statement demonstrating their experience, skills and capability to fulfill the Government's requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed 15 pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement, not to exceed 15 pages, should include references. Capability statement must be received at the address identified in this synopsis by no later than 10 days prior to close of business (3:00 P.M. local time at designated location) on September 5, 2014.
Responses by FAX or E-MAIL WILL NOT BE ACCEPTED. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited.
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 provided feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate response to a solicitation. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."
Any questions regarding this announcement must be sent via email to [email protected] and must include solicitation NIHLM2014302 in the subject line of email.
PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the System for Award Management (SAM) [formerly CCR].