Skip to main content

An official website of the United States government

You have 2 new alerts

Brand-Name or equal: Thermo Scientific Orbitrap Exploris 480 Basic System 2/IC

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Feb 22, 2024 04:52 pm EST
  • Original Response Date: Feb 29, 2024 11:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 15, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Bethesda , MD 20892
    USA

Description

SMALL BUSINESS SOURCES SOUGHT NOTICE

1.    Sources Sought Number: 75N95024Q00173
2.    Title: Brand-Name or equal: Thermo Scientific Orbitrap Exploris 480 Basic System 2/IC
3.    Classification Code: 6640
4.    NAICS Code: 334516 – Analytical Laboratory Instrument Manufacturing 

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. Please note that to qualify as an eligible small business for purposes of a small business setaside, at least 50% of the cost of contract performance incurred for personnel must be expended for employees of the small business awardee (see FAR 52.219-14 Limitations on Subcontracting).

Background
The DMPK group works with all project teams specifically with the Chemists in characterizing the compounds they synthesize. The LC-MS system is used to ascertain compound concentrations in various DMPK assays including Metabolic stability assays, Cell permeability and efflux transporter assays, plasma protein binding assays etc. The data from this system impacts all projects at NCATS and project teams rely on this data to advance their projects.

Project Requirements
NCATS requires brand-name or equal Thermo Scientific Orbitrap Exploris 480 Basic System 2/IC, accessories, installation, and training with Trade-in of a Q Exactive )Serial Number 01773L). The Thermo Scientific Orbitrap Exploris 480 Basic System 2/IC 

This requirement includes the following brand-name or equal items:
Line
Item    Product Name    Product Number    Qty.
1    Orbitrap Exploris 480 Basic System w/ IC    BRE725533    1
2    Fac War PM - Exploris 480, oil pump    701-061249    1
3    SW, TRACEFINDER 5.2 SP1    OPTON-31001    1
4    Merkur CountKit NA    BRE0017135    1
5    VALVE,2 POS,6PRT,RHEODYN MXT715-004,RoHS    00109-99-00046    1
6    Cal Solution, Flexmix, 2x10mL    BRE0021870    1
7    Powervar UPS SPII 6.0kVA, RoHS
6.0 kVA Security Plus II Powervar UPS (Uninterruptible Power Supply) can be used with various instruments and accessories. To accommodate the different plugs from the various instruments and accessories, a separate PDU (Power Distribution Unit)
must also be ordered.
The following LC MS systems can be used with 6.0 kVA UPS:
All Exploris, ID-X, IQ-X, Fusion, Fortis, Quantis, Endura, Quantiva, Quantum, Altis,Fusion Lumos, Eclipse, LTQ XL, and Q Exactive series. All Plus versions of the instruments above can also be used with this UPS system. When adding a Peak Gas Generator to any instrument, at least an 8.0 kVA UPS is needed.
Other instruments and accessories can also be added if one does not exceed the power requirements of the UPS and that one has the needed receptacles to plug these instruments and accessories into the UPS either directly or through a PDU.
Specs:
This UPS comes with a 6 foot power cord ending in a 6-50P. The UPS requires an input voltage of 208V connected to a 45A breaker. The back of the UPS has various receptacles that can be used to plug in other devices. The receptacles included in this model are:
6x 5-15R, L14-30R, 6-20R, L6-30R. The L14-30R is the receptacle that is used to plug the PDU into the UPS Dims: 240mm x 718.4mm x 826mm    C0012-01-00077    1
8    PV PDU 2xL6-20R,2x6-20R,4x5-15R, NOT EU
The PDU module for the Powervar UPS systems acts as a “powerstrip” with numerous plug receptacles. The L14-30R (receptacle on UPS) mates with the L14-30P (Plug on PDU) 10’ long power cord. The unique thing about this plug/receptacle combination is that it contains two hot legs, a neutral and a ground, so it’s a four conductor set up (“14”), allowing both 115 and 230 VAC to be distributed. The “30” stands for the current rating of the device. These receptacles allow the user to plug in all the power cords that belong to their LCMS/ICP-MS system in one place
and keep them protected from power surges and from short power failures “brownouts” of the mains power to the building. The PDU can supply both 125V and 230V depending on the plugs being used. As a rule, any outlet that is a Nema 5-XX will
provide 125 V output, while any Nema 6-XX will provide 230V output. Each PDU can be matched up with any of the LSMS Powervar Security Plus II UPS systems. The differences in the 3 PDUs that are offered relate to the different receptacles that each of our MS systems require. This PDU works in conjunction with any LSMS Powervar UPS system. It is designed for use with the Exploris (all), ID-X, IQ-X, Fusion, Fortis,
Fortis Plus, Quantis, and Endura MS systems as well as iCAP Q/Qnova Series. It contains the following receptacles: • 4 x 5-15R rated at 15A (120V) • 2 x 6-20R rated at 20A (230V) • 2 x L6-20R rated at 20A (230V)    C0202-99-00182    1
9    3 Days LSMS Onsite Support    702-022409    1
10    Trade-In Service Destination Labor    701-054849    1
11    SYSTEM BASE VANQUISH HORIZON / FLEX
Required for the installation of a full Vanquish Horizon or Vanquish Flex system. Includes base module, solvent rack, system tubing for 1-column flow path incl. 1active pre-heater and 1 passive pre-heater, and system installation accessories (ship kit).    VF-S01-A-02    1
12    Vanquish Binary Pump H
Unrivaled performance and throughput for applications requiring high-end UHPLC and LCMS; supports high-speed and high-resolution applications as well as standard HPLC workflows. Settable flows of 0.001-5 mL/min and pressures up to 1517 bar, 25 μL mixer, 35 μL GDV, 2x3 solvent channels, integrated vacuum degasser, and automated purge unit; contains Vanquish Binary Pump H module and installation
accessories (ship kit).    VH-P10-A-02    1
13    Split Sampler HT
Provides high precision, high accuracy, and short cycle times for all Vanquish Horizon workflows at max. 1517 bar. Split-loop sampler w/ SmartInject technology, sample thermostat. (4-40°C), inj. vol. 0.010-100 μL, 25 μL sample loop, proprietary long-life
1500 bar biocomp. inject vlv., 4 segments for vial racks/wellplates; contains Vanquish Split Sampler HT module and install. accessories (includes 4 x 54 pos. sample racks).
Ships with high value sample container kit.    VH-A10-A-02    1
14    COLUMN COMPARTMENT H    VH-C10-A-03    1
15    CONVERSION KIT, VTCC VC/VH    6732.0007    1
16    MS Connection Kit Vanquish    6720.0405    
17    Power Cord USA-Version
Power Cord (125v) 3xAWG18, 2.0 m    6000.1001    3
18    Vanquish F Essen. Kit
1 each 27101-052130 - Vanquish C18+ column 50mm
1 each F25130-2 – 100pk Nylon Syringe Filters
1 each F7510-3 – 100pk disposable syringe
1 each 60180-VT402 – 100pk Surestop vials and caps    27101-052130-BNDL    1
OPTIONS
Period of Performance
Option Year 1: 2025-2026
Option Year 2: 2026-2027
Option Year 3: 2027-2028
19    Extended Warranty - Exploris 480
-    On-site corrective maintenance visits including required factor certified replacement parts, labor and travel with a target of three (3) business day on-site response time
-    Annual Preventive Maintenance visit and a standard Preventive Maintenance Kit
-    Highest priority status for technical support telephone inquires    701-056936    3 years
20    Extended warranty – Vanq Horizon Split Sampl
-    On-site corrective maintenance visits including required factor certified replacement parts, labor and travel with a target of three (3) business day on-site response time
-    Annual Preventive Maintenance visit and a standard Preventive Maintenance Kit
-    Highest priority status for technical support telephone inquires    701-054211    3 years
21    Extended Warranty – Vanq Horizon Column Comp
-    On-site corrective maintenance visits including required factory certified replacement parts, labor and travel with a target of three (3) business day on-site response time
-    Annual preventive maintenance visit and a stand Preventive Maintenance Kit
-    Highest priority status for technical support telephone inquires     701-054215    3 years
22    Extended Warranty – Van Horizon Binary Pump
-    On-site corrective maintenance visits including required factor certified replacement parts, labor and travel with a target of three (3) business day on-site response time
-    Annual Preventive Maintenance visit and a standard Preventive Maintenance Kit
-    Highest priority status for technical support telephone inquires    701-054209    3 years


Contract Type and Anticipated Period of performance/Delivery Date 
The Government anticipates awarding a firm fixed-price contract under a future solicitation. The anticipated delivery date is sixty (60) days after receipt of order.

Submission Instructions and Due Date
Written capability statements must be submitted via email by 11:00am Eastern on Thursday, February 29, 2024 to Michelle Cecilia, Contracting Officer, at Michelle.cecilia@nih.gov. Written capability statements should demonstrate your organization’s capability to provide the brand-name or equal items listed in the Project Requirements section above. If you believe you are authorized resellers of the brand-name product specified in this announcement, your capability statement must include: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the Project Requirements section above. All capability statements must provide the following: (1) DUNS number; (2) organization name; (3) organization address; (4) point of contact; (5) point of contact title, address, telephone, and email address; and (6) size and type of business (e.g., 8(a), HUBZone, etc.) pursuant the applicable NAICS code.

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 pre-solicitation synopsis and solicitation may be published in SAM.gov Contract 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).
 

Contact Information

Contracting Office Address

  • c/o 3WFN MSC 6012 301 N Stonestreet Ave
  • Bethesda , MD 20892
  • USA

Primary Point of Contact

Secondary Point of Contact





History