Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2005 FBO #1361
SOLICITATION NOTICE

66 -- FURNISH, DELIVER AND INSTALL A 4800 PROTEOMICS ANALYZER SYSTEM AND ACCESSORIES INCLUDING TRADE-IN

Notice Date
8/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
 
ZIP Code
19038
 
Solicitation Number
Reference-Number-CT-068
 
Response Due
8/22/2005
 
Archive Date
9/6/2005
 
Description
The USDA, Agricultural Research Service (ARS) intends to negotiate with Applied Biosystems in Foster City, CA for a Matrix Assisted Laser Desorption Ionization with Time-of-Flight mass spectrometry and automated tandem Time of Flight fragmentation of selected ions (MALDI-TOF/TOF) and automated database search for peptides and protein sequencing to replace the existing 4700 Proteomics Analyzer at the USDA, ARS, ERRC, Microbial Biophysics and Residual Chemistry and Core Technologies, Wyndmoor, Pennsylvania. The system shall be used for the high through-put analysis of protein and peptides resulting from gene expression or specific target proteins. THIS REQUIREMENT IS SUBJECT TO AVAILABILITY OF FUNDS. The new system is inclusive of all accessories, analysis software and licenses, instrument software, computers, monitors, and training. In addition, optional requirements also include a trade-in of a 4700 Proteomics System and Accessories and a 1-yr. Extended Service Agreement. The SALIENT CHARACTERISTICS of the MALDI-TOF/TOF System and all appurtenances must be UL Approved and manufactured to ISO 9001 Standards and includes the following: a) TOF/TOF optics with Time Ionization Selection (TIS) for MS/MS and high energy Collision Induced Ionization (CID) with linear detector for High Mass analysis. b) High performance solid-state laser with repetition and data acquisition rate of 200 Hz. c) Computer and data acquisition control software with at least two additional remote access copies for controlling the instrument through the Local Area Network (LAN). d) Computer and data analysis software with at least 2 remote access copies for protein identification using MS/MS and peptide mass fingerprint for database search compatible with our existent licensed Mascot Search Engine. e) SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSE - The Government has determined that Section 508 of the Rehabilitation Act of 1973, as amended, standards 1194.21 through 1194.23, and 1194.25 applies to each system. f) All software and equipment must be ?Year 2000 Compliant?. g) The SALIENT CHARACTERISTICS of the MALDI-TOF/TOF System: Mass Accuracy in Reflector: MS peptide mode with less than 25 ppm (with external across plate calibration) and less than 5 ppm (with internal calibration). MS/MS mode: ?0.05 Da across mass range or better. Sensitivity: MS reflectron mode: 500 amol or better. Resolution (FWHM) Reflector: MS reflectron mode: 20,000 or better at masses between 3,000 - 4,000 Da., 10,000 or better at masses between 850 ? 950 Da. MS/MS mode: 1,500 or better at masses between 175 - 200 Da, 4,500 or better at masse between 1,400 - 1,500 Da. Time Ion Selection Resolution (FWHM): 400 or better. Requires a footprint to fit 45 inches wide x 35 inches deep x 95 inches high due to a the size restriction of the Laboratory facility. h) DELIVERY - The Contractor shall furnish and deliver (F.O.B. Destination, Within Consignee?s Premises) the equipment and documentation to the address below and include the P.O. number, within twelve (12) weeks after receipt of the order. i) INSTALLATION AND START-UP - The Contract shall provide pre-installation requirements to the TR within 10 days after receipt of the order. The Contractor shall be responsible for installation and performing all start-up operations for the equipment to ensure the system is fully functional for its intended purpose. All installation work will be completed in a workmanlike manner according to standard industry practices. The Contractor shall notify the Contractor Officer?s Technical Representative (TR) at least one (1) week in advance to coordinate the date for installation of the system. The Contractor shall perform and complete the installation and start-up within two (2) weeks after delivery at no additional cost. j) TRAINING - The Contractor shall provide a minimum of 1-day on-site training for a one individual and include all pertinent training materials. k) WARRANTY - The warranty shall include 1-year for parts and labor from completion of instrument commissioning and should include at least one non-charge preventive maintenance during the warranty period (included in the price.) A standard commercial software warranty shall also be required and shall be provided with the offer. l) EXTENDED SERVICE AGREEMENTS - The Contractor shall provide a copy and pricing for any available extended warranties with the initial offer. The Contractor must also be capable of servicing the equipment/software through the extended warranty. This information shall not obligate the Government to purchase an extended warranty. The purchase of the extended warranty is subject to availability of funds. The NAICS Code is 334516 with a size standard of 500 employees. This procurement is unrestricted. This is not a request for proposal. No solicitation is available. Companies with the demonstrated capability and financial capacity to provide and service such equipment, warranties and a Trade-in must submit a written substantive statement outlining the Company's and systems' capabilities, available service agreements and consumables (including price lists). This announcement and any other documents related to this procurement will be available electronically at the Internet site http://www.fedbizopps.gov. The Contractor is responsible for monitoring the FBO website for information relating to this requirement. If no affirmative responses are received with 5 days of publication of this notice to determine whether a qualified source is more advantageous to the Government, an order will be placed with Applied Biosystems under the authority of FAR 6.302.
 
Place of Performance
Address: USDA, ARS, Eastern Regional Research Center (ERRC), 600 East Mermaid Lane, Wyndmoor, PA
Zip Code: 19038
Country: United States
 
Record
SN00871242-W 20050818/050816211637 (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.