Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2002 FBO #0257
SOLICITATION NOTICE

66 -- MALDI-TOF Mass Spectrometer

Notice Date
8/14/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Agricultural Research Service, South Atlantic Area Office/Athens, GA, 950 College Station Rd., Athens, GA, 30605
 
ZIP Code
30605
 
Solicitation Number
RFQ-032-4384-02
 
Response Due
9/4/2002
 
Point of Contact
Patricia Jones, Procurement Technician, Phone 706-546-3533, Fax 706-546-3444, - Alan Moore, Contract Specialist, Phone 706-546-3530, Fax 706-546-3444,
 
E-Mail Address
pljones@saa.ars.usda.gov, amoore@saa.ars.usda.gov
 
Description
Specifications for MALDI-TOF mass spectrometer (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) This solicitation number RFQ-032-4384-02 is issued as a request for quotations. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-07. (iv) Procurement will be on an unrestricted basis. The NAICS code applicable to this acquisition is 334516. For a company to qualify as a small business, the small business size standard is 500 employees. (v) CLIN 1- MALDI-TOF mass spectrometer, 1 each. (vi) USDA, ARS, the Soybean and Nitrogen Fixation Unit as Raleigh, NC has a need for a MALDI-TOF mass spectrometer, which will be used to identify proteins selected from 2-D gels, as part of a new proteomics initiative within the Unit. We are interested in identifying membrane proteins that are associated with certain seed composition phenotypes (e.g., high seed protein content); in identifying soluble proteins that co-immunoprecipitate with proteins of interest (to identify protein: protein interactions); in identifying phosphorylation sites in proteins; and to identify sequences contained within fragments produced during the degradation of metabolic proteins in vivo. In some cases, we want to get a measurement of the molecular mass of the full length protein (as obtained from the gel spot), and thus, the MS must be capable of measurements in the high mass range (> 100 kDa). In other cases, the protein will be digested with a proteolytic enzyme and a ?peptide fingerprint? will be obtained. Thus, the instrument must have high resolution so that useful information can be obtained and the protein identified by comparison with public databases. However, in come cases, proteins will be obtained from species such as soybean and spinach where the genome has not been completely sequenced. In these cases, it is essential that the instrument have the potential to produce sequence information from selected peptides. The following specifications must be met: 1. Benchtop instrument that is easy to operate and does not require a dedicated technician. The instrument will be used as needed, and not as a high-throughput continuous use system. For example, in computer target viewing optics to facilitate easy and accurate sample analysis would be useful. 2. High resolution instrument (> 10,000). This will allow for accurate tryptic peptide fingerprints to be generated that in some cases will unequivocally identify the parent protein. Lower resolution will limit the utility of the instrument for research purposes. 3. Instrument must be capable of automatic Post Source Decay (PSD) analysis of a selected peptide, which provides MS/MS data from the selected peptide and in many cases provides amino acid sequence information. This is an essential feature because in many cases, deduced sequence information for the protein will not be accessible from public databases. Without this capability, our research with species other than ?model? organisms such as Arabidopsis, will be limited. 4. Instrument must come complete with a high performance computer, printer and all necessary software to acquire and analyze data as specified above. The PC must be based on the Windows NT platform so that data obtained can be interfaced with other lab computers and on-line searches. 5. Instrument must be delivered within 8 weeks of ordering and installed in the laboratory by the manufacturer within 4 weeks of delivery. This will allow research to get underway as soon as possible. 6. Manufacturer to provide training for at least one person, to insure that the instrument will be properly used and maintained. (vii) Delivery is required within 8 weeks of award during our normal business hours from 8:00 - 4:30 PM EDT, Monday through Friday. Delivery is FOB Destination to USDA-ARS-SAA, Plant Science Research Building, 3127 Ligon Street, Raleigh, NC 27607, Attn: Dr. Steve Huber. Inside delivery is required. Acceptance shall be made at destination. (viii) The provision as 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In addition, the provision at 52.204-6 applies, requiring offers to provide their DUNS numbers as part of their quotations. (ix) The contracting officer will make award based on price and price-related factors. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror/Representations and Certifications - Commercial Items, with its proposal. (xi) FAR 52.212.4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order, applies to this acquisition. The following FAR clauses cited in 52-212-5, which are to be indicated by the contracting officer as incorporated by reference, are applicable to this acquisition: 52.203-6, 52.219-8, 52.219-23 ALT I, 52.222-19, 52.222-21, 52.222.26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.232-34 and 52.247-64. (xiii) The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Governments rights under the Inspection clause nor does it limit the Governments rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. Descriptive literature showing the quoted item meets or exceeds all specifications included herein must accompany the quotation. The government anticipates award of a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforms to the solicitation and is most price advantageous to the government. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Vendors may meet this requirement by acceptance of government purchase card or providing a Vendor Express Number. If a company has not previously enrolled in the Vendor Express Program with USDA, they should call the National Finance Center at 1-800-421-0323 for an enrollment package. All offers must include with their quotation a completed copy of FAR 52.212-3. (xiv) All interested/qualified sources who can provide the items above must respond by 4:30 PM EDT, September 4, 2002. Quotations should be addressed to USDA Agricultural Research Service, South Atlantic Area, Area Procurement Office, 950 College Station Road, Athens, GA 30605-2720 ( or POB 5677, Athens, GA 30604-5677). (xv) POC Pat Jones, Procurement Technician, 706/546-3533 or fax 706/546-3444. Faxed responses are acceptable.
 
Place of Performance
Address: USDA-ARS-SAA, Plant Science Research Building, 3127 Ligon Street, Raleigh, NC
Zip Code: 27607
Country: United States
 
Record
SN00140302-W 20020816/020814213200 (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  © 1994-2020, Loren Data Corp.