Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2002 FBO #0206
SOLICITATION NOTICE

66 -- Instruments & laboratory Equipment

Notice Date
6/24/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Treasury, Bureau of Alcohol, Tobacco and Firearms (ATF), Acquisition and Property Management Division, 650 Massachusetts Avenue, N.W., Room 3290, Washington, DC, 20226
 
ZIP Code
20226
 
Solicitation Number
230100000004pk
 
Response Due
6/28/2002
 
Archive Date
7/13/2002
 
Point of Contact
Paula King, Contracting Officer, Phone (202) 927-7708, Fax (202) 927-8688, - April Lowe, Sup. Contract Specialist, Phone (202) 927-7718, Fax (202) 927-2986,
 
E-Mail Address
pking@atfhq.atf.treas.gov, aalowe@atfhq.atf.treas.gov
 
Description
This requirement is a small business set-aside, However if a small business cannot provide the items listed than a large business will be considered. Responses will be accepted only from qualified small businesses under the North American Industry Classification System (NAICS) code 334516, the applicable small business size standard is 500 employees. The Bureau of Alcohol, Tobacco and Firearms (ATF) has a requirement for the following items. MSQ Mass Spectrometer detector. The MS detector must interface and be fully compatible with each laboratorys existing Dionex DX-500 Ion Chromatography (IC) system. The MS must have the following features: (1) bench top single quadrupole; (2) equipped with an enhanced low-mass option for greater sensitivity in the 18-1500 mass range; (3) compact; dimensions no greater than 12 x 28 x 21 inches (W x D x H); (4) dual atmospheric pressure ionization (API) switchable sources with both electrospray ionization (ESI) and atmospheric chemical ionization (APCI); (5) ability to do rapid switching of ionization modes without breaking the vacuum and without having to make complex gas and high voltage connections; (6) self-cleaning source inlet with an auxiliary cone wash pump; (7) flow rates should be capable of running up to 2 m1/min in both ESI and APCI modes without flow splitting; (8) capable of rapidly switching between positive and negative ion mode during a chromatography run; (9) employ a sampling system that is optimized for a wide range of flow rates and for extreme sensitivity in real samples. Since the MS will be used as a detector for an existing Dionex DX-500 Ion Chromatography system, the software must be capable of simultaneously controlling both the Dionex DX-500 Ion Chromatograph and the MS for seamless running of methods using one computer workstation. The software must fully control Dionex EG40 eluent generator, Dionex CD20 Conductivity detector, Dionex GP50 gradient pump, Dionex autosamplers, and the MS detector. Any loss of control/functionality of the listed components is not acceptable. The software must have the capability to collect, display and overlay simultaneous chromatographic data from both a conductivity detector (Dionex CD20) and the mass spectrometer detector (SIM and/or TIC channels) and be able to display data from both detectors together on screen and in printed reports. Contractor technical personnel servicing the system must be able to isolate problems and repair the Dionex DX-500 ion chromatograph and the mass spectrometer detector during the same visit. The contractor must provide in-house system operator training for the total IC-MS system. The following items to be procured (2 each) Mass Spectrometer detector w/FastLoc ESI and APCI probes, PC data system, Vacuum system, enhanced low mass option (ELMO). Auxillary Cone Wash Pump. PeakNet software upgrades. PeakNet 6 Mass Spec Software control option. BF2 Column switching valve kit, LC20/30. Line Cord, 3COND, North America. Nitrogen Gas Generator system uses 450 L/hr of Nitrogen; require generator to handle this demand. Shipping must be FOB Destination (One to be delivered to Atlanta, GA. and one to Beltsville, MD. The following provisions are applicable to this acquisition (a) FAR 52.212-1, Instructions to Offerors-Commercial, (b) FAR 52.214-4, Contract Terms and Conditions-Commercial Items, (c) FAR 52-212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders-Commercial Items. This procurement is a total Small Business Set-aside and award will be made utilizing the simplified acquisition procedures under FAR part 13 awardee must be registered in the (CCR) Central Contractor Registration. Offerors quoting on equals must provide descriptive literature to the extent necessary to allow the Government to determine the technical acceptability of the equal item. The quoted item(s) must include price, product literature that list specifications. Award will be based on meeting the technical specifications listed above, on an all or none basis, and the best value to the government. The Government may elect to pay a cost premium to select and offeror whose ratings on non-cost evaluation factors (e.g. technical quality and past performance) are superior. A premium is defined as the cost difference between the lowest evaluated cost of a technically acceptable offer and a higher price offer deemed to be superior from a technical quality and/or past performance standpoint. All responses must be in writing. Offers shall be submitted to the Bureau of Alcohol Tobbacco and Firearms, 650 Massachusetts Avenue, N.W. Room 3290, Washington, D.C. 20226 no later than June 28, 2002, 2:00 P.M. Quotes may be faxed to (202) 927-8688 or mailed. Questions concerning this procurement should be addressed to Paula King, Contracting Officer paking@atfhq.atf.treas.gov 202 927-7708 No Telephone inquiries will be accepted, no solicitation will be issued
 
Record
SN00098711-W 20020626/020624213347 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.