Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2005 FBO #1378
SOLICITATION NOTICE

66 -- Laboratory Equipment

Notice Date
9/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Engineering Contracts Unit - PPMS, FBI Engineering Research Facility, FBI Academy Hogan's Alley, Building 15, Quantico, VA, 22135
 
ZIP Code
22135
 
Solicitation Number
05-Q-016330-32
 
Response Due
9/6/2005
 
Archive Date
9/21/2005
 
Description
This synopsis/solicitation is for commercial items prepared in accordance with the format in FAR Subpart 12.603, as supplemented with additional information included in this notice. This announcement requests a detailed technical quote in addition to a price quote and constitutes the only solicitation; a paper solicitation will not be issued. Request for Quotation (RFQ) number 05-Q-0163330-32 shall be referenced on any technical quote and price quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC-05-05 for full and open competition (this competition is unrestricted). All future information about this acquisition including solicitation amendments will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The Federal Bureau of Investigations (FBI) intends to award a single firm fixed price purchase order for the purchase of one (Qty: 1) Electrospray Ionization Time-of-Flight Mass Spectrometer (ESI-TOFMS) and (one (Qty: 1) Matrix Assisted Laser Desorption Time-of-flight/Time-of-flight (MALDI TOF/TOF) mass spectrometer. Electrospray Ionization Time-of-Flight Mass Spectrometer (ESI-TOFMS) Technical Specifications: Ion Source and Sample Introduction ? ESI source ? Optional interfaces must include APCI, APPI, AP-MALDI, and CE interfaces as standard options ? Operation at flow rates from 0.1-1mL/min ? Source must operate in positive and negative ion mode and must be able to switch polarities in less than 10 seconds Mass Analyzer ? A Time-of-Flight (TOF) source and analyzer is required that can provide accurate mass measurements ? TOF analyzer should operate in positive and negative mode ? Mass range: 50-20,000 m/z ? Mass Resolution: 10,000-15,000 FWHM ? Mass Accuracy: 5ppm external, 3ppm internal at 2,000 m/z ? Dynamic Range: Accuracy is required over 3 orders of magnitude ? Sensitivity: S/N of 10:1 for 10pg of Reserpine using High Performance Liquid Chromatography (HPLC) flow injection Detection System ? 2GS analog-to-digital converter with a repetition rate of 10-20kHz ? Real-time update of spectra on screen ? Time-to-digital conversion is not acceptable Size and Weight ? Bench-top format with footprint under 65.0cm x 65.0cm ? Weight under 130kg Electronics ? 24/7 operation ? Monitoring and recording of all critical instrument parameters ? All acquisition parameters shall be stored with the required data Acquisition Software: ? HPLC software control which includes the ability to perform automated acquisitions with integrated control of Agilent 1100, Waters Alliance and Alliance HT, and Waters CapLC HPLC systems ? Control, adjustment, and optimization of all relevant instrument parameters and method files ? Integration of mass calibration routines for spectral calibration ? Must include a complete chromatography MS package for processing, display, and reporting Processing and Interpretation Software: ? Manipulation of raw data, including peak picking, background subtraction, smoothing, and mass assignments ? Automated detection of low level peaks in LC/MS runs ? Automatic report generation in many preset and user designed formats including printing and export to other software packages ? Mass calculator, calculation and display of isotopic patterns of a given composition and ESI charge state calculation and deconvolution based on both resolved isotopic patterns and multiple charge states ? Automated Internet-ready database searches using generated peptide data All software including the acquisition, processing, and data analysis must be fully integrated and automatable. Pricing shall include training, delivery and installation. Pricing shall include training, delivery and installation. Matrix Assisted Laser Desorption Time-of-flight/Time-of-flight (MALDI TOF/TOF) mass spectrometer Technical Specifications: ****************************************************************** Size Specifications: THE MAXIMUM SPACE AVAILABLE FOR THE MALDI TOF/TOF IS 3x3. Item proposed cannot exceed this space due to necessary space for ventilation. ****************************************************************** Ion Source and Sample Introduction ? MALDI source ? Source must operate in positive and negative ion mode and must be able to switch polarities in less than 10 seconds ? Must be equipped with delayed extraction or equivalent ? Must have a long-life UV laser with adjustable power settings Mass Analyzer ? TOF-TOF technology is required for MS/MS experimentation ? Must have Collision-Induced Dissociation (CID) cell for MS/MS ? TOF analyzer should operate in positive and negative mode up to 20kV ? Mass range: 50-300,000 m/z ? Mass Resolution: For m/z 1,500 >5,000 FWHM in linear mode, >20,000 FWHM in reflector mode. Precursor ion selector resolution must be up to 250 FWHM ? Mass Accuracy: For m/z 1,500 <35ppm internal, <50ppm external in linear mode, <10ppm internal, <50ppm external in reflector mode. For product ions from MS/MS mass accuracy must be <150ppm for all fragments. ? Dynamic Range: at least 3 orders of magnitude ? Sensitivity: S/N of 10:1 for 1 fmole of Glu-Fib in both linear and reflector mode. Detection System ? 2GS/s analog-to-digital converter with a repetition rate of 10-20kHz ? Real-time update of spectra on screen ? Time to digital conversion is not acceptable Size and Weight ? Small footprint. Maximum space available is 3 feet x 3 feet. Electronics ? 24/7 operation ? Monitoring and recording of all critical instrument parameters ? All acquisition parameters shall be stored with the required data Acquisition Software: ? Control, adjustment, and optimization of all relevant instrument parameters and method files ? Integration of mass calibration routines for spectral calibration ? Must include a complete liquid chromatography (spotter) MS package for sample collection, processing, display, and reporting Processing and Interpretation Software: ? Manipulation of raw data, including peak picking, background subtraction, smoothing, and mass assignments ? Automatic report generation in many preset and user designed formats including printing and export to other software packages ? Automated Internet-ready database searches using generated peptide data All software including the acquisition, processing, and data analysis must be fully integrated and automatable. Pricing shall include training, delivery and installation. The following factors which are of equal importance and shall be used to evaluate quotes: (1) technical acceptability and (2) price. This evaluation shall be based on information provided by the contractor. The Government is not responsible for locating or securing any information, which is not identified in the Capabilities Statement or quotation, but may do so at its discretion. Please carefully review the commercial item FAR clauses for information about requirements and instructions for submitting a quotation. Capabilities Statements that do not include prices for all items will not be considered. The following provisions and clauses apply to this procurement: Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offeror- Commercial Items (JAN 2005); FAR provision 52.212-2, Evaluation-Commercial Items (JAN 1999) - Award shall be made to the responsible offeror whose offer is considered to be most advantageous to the Government, considering technical acceptability, user training, past performance, and price. The Government reserves the right to award without discussions; therefore, it is critical that each quote be fully responsive. However, the SEC also reserves the right to conduct discussions, if later determined to be necessary, with offerors making the competitive range (i.e., the most highly rated proposals, unless the range is further reduced for the purposes of efficiency). FAR provision 52.212-3, Offeror Representations and Certification-Commercial Items (MAR 2005) - all offerors shall include a completed copy of this provision with their quote; FAR clause 52-212-4, Contract Terms and Conditions- Commercial Items (OCT 2003); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUL 2005) - in paragraph (b) the following clauses apply; 52.203-6 Alternate I, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-43, 52.222-44, 52.232-33, 52.232-36, 52.239-1. In addition the following clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions Commercial Items (2002) with the following addenda applies to this solicitation 52.247-34 FOB Destination (Nov 1991), 52.211-6. Clauses incorporated by reference may be accessed in full text at www.arnet.gov. The lessor/contractor will agree to insert terms that conform substantially to the language of this clause in all contracts/subcontracts. SECURITY REQUIREMENTS - Upon award of the contract, the contractor, primary subcontractor(s), key supervisory personnel, and/or any other contract individuals designated by the FBI, who require access to any FBI information, facility, or property, must accurately complete Standard Form SF-86, "Questionnaire for National Security Positions," (Revision 9/95) and two copies of Form FD-258 (fingerprint card). All other contract individuals must furnish requested biographical information to appropriate FBI personnel and accurately complete FD-816, "Background Data Information Form," Form FD-484 (Privacy Act Acknowledgement), and two copies of Form FD-258 (fingerprint card). These forms and information are to be completed and furnished to the FBI at least 25 workdays prior to the arrival of contract individual to the site of the work under the contract. It is the responsibility of the contractor to ensure all contractor personnel are in full compliance with applicable Immigration and Naturalization Service, U.S. Department of Justice, Employment Eligibility Verification requirements, such as those set forth in Title 8, U.S. Code, Section 274a. A background investigation, the scope of which will be at the discretion of the FBI, will be conducted on these individuals. At the discretion of the FBI, contract individuals may also be interviewed by the FBI (or FBI contract investigators) regarding foreign travel, associates, residences, or other matters of concern to the FBI in deciding whether to grant access to its information, facilities, or property, and may be requested to undergo a polygraph examination to fully resolve any security concerns. Refusal or failure to accurately complete the forms, to be interviewed, or to undergo a polygraph examination to resolve any questionable matters will be deemed reasonable cause for denial of access to FBI information, facilities, or property. Lack of candor may also be a strong factor for denial of access. Access to FBI information, facilities, or property will be granted only where such access is clearly consistent with the mission and responsibilities of the FBI. If for any reason a contract individual is denied access to any FBI information, facility, or property, the FBI will not disclose to the contractor the reason for denial and will only make such disclosure to the affected contractor employee pursuant to the provisions of the Freedom of Information or Privacy Acts. The FBI will not be liable for any expense in the replacement of the individual or any costs incurred by the contractor as a result of such denial. It is the policy of the FBI that these individuals already be employed by the contracting organization/individual (i.e., that the individual's employment not hinge upon an access or security clearance determination by the FBI) and the FBI will assume no liability between the contracting organization and its employees as a result of this procedure. The FBI reserves the right to revoke any contract individual's access to its information, facilities, or property where such access is no longer clearly consistent with the FBI's mission and responsibilities, and the contractor agrees to immediately remove that individual from the work-site under such circumstances. In cases of access revocation, the FBI will inform the individual of the basis for the revocation, unless to do so would reveal classified or sensitive information, and give the individual an opportunity to explain, rebut, or refute such basis in writing. Access will remain revoked pending prompt review of any such submission by the individual. The FBI reserves the right to reinvestigate contract individuals on a periodic basis (usually every five years) or where facts or information indicate the continued access may no longer be clearly consistent with the FBI's mission and responsibilities. The scope of any reinvestigation will be at the sole discretion of the FBI. Refusal or failure to accurately complete any necessary forms, to be interviewed, or to undergo a polygraph examination to resolve any questionable matters during a reinvestigation will be deemed reasonable cause for revocation of access to FBI facilities, information, or property. Appropriate badges may be furnished by the FBI authorizing escorted or unescorted access to FBI facilities and property. The badge, if furnished, will be kept at a location to be determined by the FBI and shall be picked up by the contract individual granted access upon arrival at FBI premises. Consistent with life/safety factors, it shall be worn at all times on the upper part of the body so as to be clearly visible and will be returned to the FBI whenever the wearer leaves FBI premises for any reason or any length of time. The FBI may require all contract and subcontract individuals to execute a security awareness briefing form, FD-835, "Security Acknowledgement Form." Upon request, the contractor will provide, for approval by the FBI, written physical security procedures and policies to be followed by contract individuals for access to the project as well as security measures taken by the contractor to prevent unauthorized entry by contract individuals during off-duty hours. All quotes from responsible sources will be considered. Quotes shall be accepted by email only. Quotes shall be emailed to lmtheisen@fbiacademy.edu no later than 9:00 AM EST, September 6, 2005. No other methods of submission will be accepted.
 
Place of Performance
Address: FBI Academy, Quantico, VA
Zip Code: 22135
 
Record
SN00885846-W 20050904/050902211852 (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.