NIH-NINDS - 22-011108 - Notice of Intent

Submitted by patelsnv on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Replacement autosampler for HPLC system used to analyze samples for catecholamines under IRB approved protocols and CLIA certified diagnostic samples
Contracting Office
National Institute of Neurological Disorders and Stroke (NINDS)

Contact Points

Primary Contract Specialist

Valerie
Gregorio
valerie.gregorio@nih.gov
NAICS Code Number
334516
Analytical Laboratory Instrument Manufacturing
Small Business Size Standard
1,000 employees
FPDS Classification Code
N/A
Estimated Period of Performance
N/A
Delivery of Goods
BLDG 10 RM 8N252
Competition Status
Brand Name Only
Vendor Name
Waters Corporation
Address
34 Maple St.
Milford MA 01757
United States
Single-Sole Source Determination
The autosampler (Waters Model 2707) will replace the obsolete, no longer supported autosampler (Waters Model 717). Operation of this component requires the use of proprietary software that runs the entire HPLC system. The autosampler is an integral part of the entire HPLC system and is designed to operate with the other existing components as a complete system. The Model 2707 autosampler is uniquely compatible with all the other components of the system.
Background/Description of Requirement

Our section measures catecholamines for clinical, dagnostic and research purpose under IRB approved protocols.  We are also a CLIA certified laboratory providing diagnostic testing of palsma catecholamines. The

autosampler is essential for HPLC-electrochemical assays of levels of catecholamines and related compounds in biofluids and tissues as called for in currently active NIH clinical research protocols such as 18N0140 and 09N0010 and for clinical diagnostic assays conducted in our laboratory under the Clinical Laboratory Improvement Amendments (CLIA).

Interested parties may identify in writing their interest and capability in response to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.

All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.