The National Institute on Drug Abuse (NIDA) Intramural Research Program (IRP) – Drug Design and Synthesis Section (DDSS) is seeking Capability Statements from Business organizations under the North American Industry Classification System (NAICS) code 334516, that can provide NIDA with a brand name or equal flash chromatography system with integrated ELSD (Evaporative Light Scattering Detector) for the real time analysis of compounds designed and synthesized for the study and treatment of substance use disorders.
This is a 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 business sources; (2) the availability of capable 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.
BACKGROUND INFORMATION AND OBJECTIVE:
The DDSS major research direction is the elucidation of the structure and function of neurotransmitter systems in the mammalian central nervous system (CNS) in normal, drug-altered, and pathological states and the molecular mechanism of action of CNS active drugs. Organic/medicinal chemistry is the foundation of the multidisciplinary approach utilized in these studies that require the rational design and chemical synthesis of novel agonists, antagonists, imaging agents, affinity ligands, and other drugs for applications. DDSS’ principal focus is the application of these techniques to study the mechanism of action of drugs and the development of medications for the treatment and prevention of drug abuse. The flash system with ELSD detector shall enable NIDA to identify compounds peak of interest at the time of elution with the advantage of targeted fraction collection while maintaining excellent recovery and purity. Additionally, the system will enable NIDA to efficiently and effectively continue synthesizing the necessary target compounds.
The ELSD component is a critical detection mode required in the flash system. In NIDA’s current system, the ELSD is ideally suited for drug discovery research conducted in DDSS.
1. NIDA’s research group synthesizes various types of molecules, including alkyl and PEG linkers that lack UV activity or have very weak UV activity. In addition, many of the compounds do not have ionizable groups and as such cannot be detected using UV and MS detection methods. ELSD enables detection of such compounds because it does not require that the compound of interest contain a chromophoric, fluorophoric, electroactive, or other type of functional group to provide a response.
2. The high sensitivity of the ELSD is another critical parameter. ELSD identifies analytes with uniform sensitivity regardless of their spectroscopic properties and it can provide quantitative information about essentially all components of the mixture, including inorganic impurities. Compounds synthesized in DDSS are evaluated in several in vitro and in vivo biological assays and purity is of highest importance as presence of contaminations can potentially have detrimental effects on the end results.
3.Purifications of polar, amine- functionalized or polyfunctional compounds are particularly challenging and often require using a) solvents that absorb UV light, such acetone and can compromise detection of the desired molecules, or b) separation modes with different polarities, for example normal-phase or reversed-phase. ELSD is the detector of choice in both cases as it does not rely on the presence of chromophores and is compatible with normal- and reversed-phase mode of separations.
4. The ELSD is integrated into NIDA’s current flash system and is very easy-to-operate, which is extremely important when users lacking experience or with limited experience must use the instrument routinely. More importantly, all experimental parameters of the ELSD are empirically determined, set and adjusted automatically depending on the separation mode in use. Thus, any user-related errors and potential loss of material are eliminated. The system also automatically shuts off the nitrogen gas.
5. Only an instrument with an integrated ELSD will fit the footprint available in the valuable fume hood space required of an instrument that uses flammable solvents and other chemicals to satisfy all personnel and infrastructure safety regulations.
GENERIC NAME OF PRODUCT:
Flash Chromatography System with integrated ELSD
SALIENT CHARACTERISTICS:
Capable vendors must demonstrate their ability provide the following brand name or equal items:
- One (1) CombiFlash NextGen 300+ Automated Flash Chromatography System with integrated ELSD detector [Part No. 685250001], UV detector 200-400 nm with PeakTrak software control via 12" capacitive touchscreen. Flow rate range of 1-300mL/min. Maximum pressure limit of 300psi (20bar) Automated solid load injection valve. RFID rack and column read. Automatically loads column method information and writes back run information to the column. Automatically loads rack configuration. Active solvent level sensing One set of collection racks (quantity 2):
- 18x150mm test tubes (Standard)
- 234V - (150) 16x150mm test tubes (Standard)
- One (1) ELSD for CombiFlash NextGen 300 and 300+ [Part No. 605257001]. To be installed in units when ordered with the NextGen. Installation cost to be added for field installations.
- One (1) Installation and set-up.
Capable vendors must include warranty coverage on the subject equipment by Original Equipment Manufacturer (OEM) factory-trained, authorized technicians and providers of any required parts and software or proprietary diagnostic software and software enhancements must be OEM certified and compatible with the subject equipment. Troubleshooting will be available through phone technical service to reduce instrument downtime.
INSTRUCTIONS:
Companies that believe they possess the capabilities to provide the required products should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately. Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents’ technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses.
Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number.
The established NAICS code is 334516 . Respondents must provide clear and convincing documentation of their capability of providing the products and support services specified in this notice. Also, information must be provided in sufficient details of the respondents’ (a) staff expertise, including their availability, experience, formal and other training; (b) capability to perform the work; (c) prior completed projects of similar nature; (d) compliance with requirements: Vendors must identify and demonstrate specifically how they will meet the requirements listed above.
Any other specific and relevant information about this particular area of procurement that would improve NIDA’s consideration and evaluation of the information presented is desirable. Documentation may include, but not be limited to, contracts both Government and commercial the organization performed, references, i.e., names, titles, telephone numbers and any other information serving to document the organizations capability, e.g., awards, commendations, etc.
The information submitted must be in an outline format that addresses each of the elements of the project requirement and in the capability statement paragraphs stated herein. A cover page and an executive summary may be included but is not required.
Any business concerns that believe they possess the capability necessary to successfully undertake the work described above must SUBMIT CAPABILITY STATEMENTS ELECTRONICALLY to the Contract Specialist, Andrew Varley at Andrew.Varley@nih.gov, NO LATER THAN 1:00 p.m. EST on July 29, 2025. The Subject line for the submission should include this Sources Sought Number. NIDA will not accept paper or faxed capability statements.
THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. 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 on SAM.gov. 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).