Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2005 FBO #1466
SOLICITATION NOTICE

66 -- QTOF Tandem Mass Spectrometer

Notice Date
11/29/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Environmental Protection Agency, Ow Service Center, 26 West Martin Luther King Drive, Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
RFQ-OH-06-00037
 
Response Due
12/14/2005
 
Archive Date
1/14/2006
 
Description
NAICS Code: 334516 Quadrapole/Time of Flight (Q-TOF) Tandem Mass Spectrometer This is a combined synopsis/request for quote for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Quotes are being requested and a written RFQ will not be issued. Shipping charges need to be included in price. The NAICS code is 334516. The specifications for the Quadrapole/Time of Flight (Q-TOF) Tandem Mass Spectrometer are as follows: In accordance with the EPA's needs, the following specifications are required to successfully and satisfactorily meet our instrumental needs: 1) Direct hardware interface with an Agilent 1100 Serice HPLC with software capable of directly interfacing, recognition controlling the HPLC pump and obtaining data from ancillary equipment Agilent 1100 including a photodiode array detector and fluorescence detector; 2) Quadapole mass filter for precursor up to at least m/z 4000; 3) Mass resolution of at minimum 17500 (FWHM); 4) Mass accuracy of at least 3ppm; 5) Mass range between 20 and at minimum 40000 m/z; 6) Minimum acquisition rate 20 spectra/sec as written to disk (full quadrapole mass range); 7) Minimum 2GHz sampling rate; 8) Equivalent one working week training course in the utilization and training on the MS. Offerors may propose to conduct training either at EPA or at a contractor specified location; 9) Demonstrated at least four orders of magnitude in linear response; 10) ToF Orthogonal ion source; 11) Combined Electrospray Ionization and Atmospheric Pressure Chemical Ionization (APCI) sources (if source is unavailable, separate sources may be considered); 12) Data acquisition software capable of interfacing with an Agilent 1100 Series HPLC pump and ancillary equipment and robust analysis software for the interpretation, analysis and identification of chromatography peaks and mass spectroscopic information. 1.0 Demonstration Units The EPA will accept bids for demonstration units that are less than one year old. 2.0 Minimum Warranty Requirements The unit shall be covered for a minimum of one full year under the original manufacturer's warranty. 3.0 Installation Requirements The contractor shall be required to install the unit on-site interfacing the mass spectrometer to the existing HPLC unit. The contractor shall be required to ensure that the installation is performed by qualified personnel. The contractor shall demonstrate the performance of the unit and ensure installation training to a sufficient level, to allow basic operation of the system. 4.0 Delivery Date The completed system shall be delivered no later than 90 days after receipt of award. 5.0 Ship to Address This unit will be delivered to: WSWRD/TTEB c/o Heath Mash MS 681 26 W. Martin Luther King Dr. Cincinnati OH 45268 This unit will be placed in Laboratory Room # 674. 6.0 Acceptance Requirements The contractor shall demonstrate that the mass spectrometer shall meet the manufacturer's minimum performance criteria for instillation. The contractor shall ensure that the data acquisition software will have simultaneous control and run both the existing HPLC instrumentation and the Q-TOF mass spectrometer. 7.0 Documentation Requirements The contractor shall supply all supporting hardware and software manuals for the unit as specified by the manufacturer. A signed copy of the installation checklist shall be completed at the end of the installation, to document the installation and testing of the instrument. FOB point shall be destination. The following clauses apply to this request for quote: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items, and the specific evaluation criteria is as follows: (1) Technical acceptability of the item offered to meet the Government's minimum requirements as set forth in the specifications and (2) Technical acceptability shall be evaluated on a pass or fail basis (with the lowest price technically acceptable receiving award). Offers shall provide descriptive technical literature and other documentation as necessary, in sufficient detail to demonstrate that the items offered meet the minimum requirements specified above; FAR 52.212-3, Offeror Representations & Certifications-Commercial Items, shall be completed by offeror and submitted with quote, unless the offeror is registered with CCR; FAR 52.212-4, Contract terms & Conditions-Commercial Items; The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items will apply: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-3, 52.225-13. FAR 52-225-5, Trade Agreements; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; all clauses can be found at: http://farsite.hill.af.mil/VFFARA.HTM. Offerors shall submit 1 copy of their quotation that references RFQ-OH-06-000, no later than Wednesday December 14, 2005 at 3:00 PM (EST) to Scott A. Fogle, at fogle.scott@epa.gov or via fax at 513 487-2107. Questions or comments may also be directed to Scott A. Fogle, at 513 487-2049, or at fogle.scott@epa.gov. The last day for technical questions is December 07, 2005.
 
Record
SN00941586-W 20051201/051130090640 (fbodaily.com)
 
Source
FedBizOpps 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.