North Dakota Bids > Bid Detail

Upgraded software for Chromeleon 7.2 to 7.3 for GC’s.

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159392651509036
Posted Date: Aug 4, 2023
Due Date: Aug 8, 2023
Solicitation No: 12805B23Q0741
Source: https://sam.gov/opp/379f600ba0...
Follow
Upgraded software for Chromeleon 7.2 to 7.3 for GC’s.
Active
Contract Opportunity
Notice ID
12805B23Q0741
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS PA AAO ACQ/PER PROP
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 04, 2023 01:06 pm EDT
  • Original Response Date: Aug 08, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Grand Forks , ND 58203
    USA
Description

Contract Opportunity: Sources Sought – Upgraded Chromeleon software.



PSC: 6632



NAICS: 334516



This is a SOURCES SOUGHT NOTICE ONLY. This is NOT a solicitation for proposals or quotes and does not obligate the Government to award a contract. This notice is for informational and planning purposes only and shall not be construed as a solicitation or an obligation or commitment by the Government, nor is it a Request for Proposal (RFQ) at this time. Responses to this Notice must be in writing.



The purpose of this Sources Sought Notice is to conduct market research to determine the capability of United States based commercial manufacturing to provide the end products described below. In order for an end product to be considered manufactured in the United States, all manufacturing processes must take place in the United States and the cost of components mined, produced, or manufactured in the United States must exceed 60 percent of the cost of all the components.



The USDA-ARS, in Grand Forks, ND requires upgraded software for Chromeleon 7.2 to 7.3 for our GC’s.







Salient features includes:




  1. Secure, administrator-controlled user access and permissions: The software should provide secure user access and permissions, allowing administrators to control who can access the system and what actions they can perform. This ensures data integrity and compliance with GxP (Good Practice) guidelines and 21 CFR Part 11 regulations, which are requirements for electronic records and signatures in the pharmaceutical industry.

  2. Robust enterprise (client/server) environment: Chromeleon should support a client/server architecture, allowing multiple users to access and work with the software simultaneously. It should utilize a relational database for file storage, with options such as SQL Server Express, SQL Server, or Oracle. This ensures efficient data management and scalability for larger organizations.

  3. Industry-leading multi-vendor control: Chromeleon should support a wide range of instrument modules from various manufacturers. It should have compatibility with over 550 different instrument modules from 21 different manufacturers, including Beckman. This ensures compatibility and flexibility in instrument selection for the laboratory.

  4. Full control for Thermo Scientific instruments: Chromeleon should provide full control capabilities for all Thermo Scientific chromatography instruments and many Thermo Scientific mass spectrometry (MS) instruments. This ensures seamless integration and control over these instruments within the software.

  5. Simplified run creation: The software should offer a user-friendly interface for creating runs, including sequences, methods, and reports. It should support one-click eWorkflow procedures, simplifying the process and reducing the chances of errors.

  6. Automated pass/fail decisions: Chromeleon should have Intelligent Run Control functionality, enabling automated pass/fail decisions during runs. This feature helps ensure that the analysis is accurate from the first attempt, reducing the need for manual intervention and improving efficiency.

  7. Quick and accurate peak integration: The software should provide quick and accurate peak integration capabilities. It should include the Cobra Peak Detection algorithm for peak detection and SmartPeaks Integration Assistant for handling unresolved peaks. This ensures accurate and reliable data analysis.

  8. Streamlined MS quantitation and data processing: Chromeleon should offer streamlined quantitation and data processing capabilities for mass spectrometry (MS) analysis. It should support NIST spectral library screening for compound identification. This enables efficient data analysis and identification of compounds.

  9. Simplified backup, searching, and trending: The software should provide streamlined functionality for backup, searching, and trending of chromatography and mass spectrometry data. This ensures easy data management and retrieval for analytical purposes.

  10. Integral Report Designer: Chromeleon should include an integral Report Designer, allowing users to customize report templates using a spreadsheet-based interface. Advanced calculations and charting capabilities should be available for generating comprehensive and informative reports.

  11. Enhanced integration with Thermo Fisher SampleManager LIMS, SDMS, and LES: Chromeleon should offer enhanced integration capabilities with Thermo Fisher SampleManager Laboratory Information Management System (LIMS), Scientific Data Management System (SDMS), and Laboratory Execution System (LES). This integration helps manage the complete laboratory workflow, from sample management to data analysis and reporting.







Documentation of technical expertise must be presented in sufficient detail for the Government to determine a business entity’s ability to compete for this acquisition. ARS will accept responses from ALL socioeconomic categories in order to gain a more complete understanding of the market for these supplies. Responses to this notice shall include the following: (a) company name; (b) address; (c) point of contact; (d) phone and email address; (e) ueiSAM Number; (f) a technical/capability statement and; (g) any relevant GSA Schedule numbers.



Please email capability statements to Connie Faulkner at connie.faulkner@usda.gov by the date and time stated in the Date Offers Due section noted above. Telephone inquiries will not be accepted. Please note "Genome Sequencing Equipment" in the subject line of the email.



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.



Respondents are also advised that the Government is under no obligation to acknowledge receipt of the information or provide feedback about any of the information received. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. After review of the responses received, the Government may issue a pre-solicitation synopsis and solicitation on sam.gov Contract Opportunities. No proprietary, sensitive, confidential or classified information shall be included with your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.


Attachments/Links
Contact Information
Contracting Office Address
  • 2150 CENTRE AVENUE BLDG D, SUITE 300
  • FORT COLLINS , CO 80526
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 04, 2023 01:06 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >