Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2006 FBO #1679
SOLICITATION NOTICE

66 -- INDUCTIVELY COUPLED PLASMA - MASS SPECTROMETER SYSTEM

Notice Date
6/30/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-06-Q-0504
 
Response Due
7/14/2006
 
Archive Date
7/29/2006
 
Description
DESCRIPTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR SUBPART 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. SIMPLIFIED ACQUISITION PROCEDURES ARE UTILIZED IN THIS PROCUREMENT. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09. *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However, this procurement is unrestricted and any interested contractors may submit a quote. ***The National Institute of Standards and Technology (NIST) has a requirement for one (1) each, INDUCTIVELY COUPLED PLASMA - MASS SPECTROMETER SYSTEM (ICP-MS) to be used in the Analytical Chemistry Division at NIST, Gaithersburg, MD. *** The Inorganic Chemical Metrology Group performs elemental and isotopic measurements using a variety of spectrochemical instruments, fulfilling customer needs through the provision of NIST SRMs and development of methods used for the value assignment of elemental and organometallic data to SRMs. This work requires sensitive instrumentation which can accurately measure both total elemental content and individual isotopic content. Due to space limitations, a benchtop inductively coupled mass spectrometer is required. This instrument must be capable of measuring elemental and isotopic content and allow for the coupling of chromatographic interfaces for elemental speciation measurements. ***All interested Offerors shall provide a quote for the following line item(s): Line Item 0001 - The Contractor shall furnish one (1) each, INDUCTIVELY COUPLED PLASMA - MASS SPECTROMETER SYSTEM. *** The instrument shall meet or exceed the following technical specifications: a) Collision Cell Inductively Coupled Plasma Mass Spectrometer with all necessary equipment for proper operation including a peltier cooled spray chamber and an air cooled water chiller. Mass analyzer shall be a quadrupole; collision/reaction cell shall be a pressurized multipole that can accommodate at least two collision cell gases separately or in a metered mixture. System shall be capable of on-the-fly switching (on and off and selective switching) of collision cell and/or reaction gas as a function of element or isotope and provide all appropriate mass flow controllers. b) Commercial Liquid Chromatography Interface that includes appropriate hardware such as additional mass flow controllers, nebulizers, PC trigger card, and electrical connections shall be provided. All necessary software and hardware should be provided that allows for bidirectional control and communication between ICPMS and any aftermarket liquid or ion chromatography system. Software must perform triggered mass spectral acquisitions that are initiated by a chromatographic injection. The ICPMS software must be capable of chromatographic data analysis including peak integration, calibration, and quantification capabilities, or additional software must be supplied. c) Commercial Gas Chromatography interface that includes sample transfer hardware including additional mass flow controllers, power supplies, and a heated transfer line to transport samples from any aftermarket gas chromatograph to the ICP torch. All necessary software and hardware should be provided that allows for bidirectional control and communication between ICPMS and any aftermarket GC. Software must perform triggered mass spectral acquisitions that are initiated by a chromatographic autosampler injection. d) Unit shall be a benchtop model capable of fitting on a standard 2ft. deep laboratory workbench. e) The instrument must have a mass range of 2 ? 245 amu and demonstrate sensitivity of at least 100,000 counts-per-second (cps) per mass fraction of ng/g for Li, In, and U under standard operation mode with background counts of less than 5 cps at m/z 220. Background shall be reduced to less than 100 cps for analytical isotopes of As, Cd, Cr, Fe and Se under collision cell conditions that reduce the impact of isobaric interferences, while maintaining sensitivity and providing detection limits of less than 0.5 ng/g for this element suite. f) The spectrometer shall be controlled by a Pentium IV computer with CD/DVD-ROM/ (reader/writer), 1GB Dual Channel DDR2 SDRAM, 80 GB Hard Drive, 128 MB video card, a minimum of a 19? flat LCD panel monitor, and laser printer, or equivalent computer system. ICPMS software shall run on windows XP operating system platform to meet building IT requirements. g) The system will provide a laser ablation coupling kit including any additional mass flow controllers, various tubing, and connectors capable of interfacing with an in house New Wave UP213 laser ablation system to the ICPMS using a Helium sweep gas. If required, a custom, multi-legged laser ablation ICP torch shall be provided that is able to operate stably on a mixed argon-helium gas source that is typical for applications involving laser ablation and gas chromatography. h) Benchtop, random access autosampler and clean enclosure, with sample positions controlled by ICPMS software. Autosampler will be capable of sampling from racks housing sample bottle sizes of 15, 50, 100, and 250 mL and must be capable of accommodating a minimum of 84 50 mL bottles and 20 250 mL bottles. A consumables kit will be supplied that includes autosampler racks matching all of the aforementioned bottle sizes, two additional sample probes and a 6 month supply of autosampler uptake and wash tubing. *** Installation/Training/Warranty 1. The contractor shall schedule and facilitate installation/set-up and one (1) training session for up to four (4) technicians at NIST. The training shall provide a thorough demonstration of all equipment functions, maintenance, data administration, and basic troubleshooting. The training may be completed at NIST immediately after installation/set-up and demonstration of performance specifications (as described below), but shall be completed no later than 30 days after delivery. 2. Quotation must include unlimited telephone/e-mail support for questions regarding operation, and a minimum one-year warranty. This warranty must cover non-consumable parts and travel/labor on-site should this become necessary within the warranty period. Quotation must include the number and the home station of the service engineers who are responsible for the area that covers Charleston, SC.*** *** Inspection and Acceptance Criteria 1. Visual-Physical check at NIST laboratory for adherence to design specifications. 2. Performance check at NIST laboratory for adherence to performance specifications. The tests will be performed as soon as the instrument is ready, as determined by the contractor, and may be witnessed by the contractor.*** **Delivery shall be FOB DESTINATION and be completed in accordance with the Contractor?s commercial schedule. *** ***The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** ****The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, 3) Past Experience, and 4) Price. Technical Capability, Past Performance, and Past Experience, when combined, are more important than Price. ***Award will be made on a best-value basis. Strongest consideration will be given for a system with one or more of the following additional features or capabilities: a.) Instrument manufacturers that will provide technical diagrams, schematics, and circuit diagrams, provide documentation describing exactly how calculations and calibrations are performed. b.) Onsite instrument training from a senior employee capable of discussing technical ICPMS issues and application issues at a high scientific level. c.) Provide free, unlimited, software and firmware updates as they are issued. d.) Instruments that have switchable, software assignable, unit and "high" mass resolution settings that can be assigned to individual isotopes or elements during an analytical run. e.) Instruments that automatically control and switch on and off the water chillers that typically are associated with ICPMS equipment, especially at the end of an analytical run or long autosampler sequence when the user may not be present. f.) Instruments that have user configurable element databases that allow for the creation and definition of more than one element at a specific mass. g.) An instrument with a warranty period longer than 1 year. h.) Ability of the instrument to communicate with different aftermarket LC, GC, and laser ablation instrumentation currently utilized in the laboratory. i.) Ability to document proven installations of aftermarket instrumentation and accessories and demonstrate the effectiveness of the communication between the instrumentation and ease of operation. j.) Ability to demonstrate instrument flexibility to utilize a variety of different collision and reaction cell gasses to eliminate isobaric interferences and the ability to utilize the different cell gasses for different elements in a single analytical run. ****Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. ****Past Performance will be evaluated to determine the overall quality of the product and service, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/ or information provided by NIST or its? affiliates. Quoters shall provide a list of at least three (3) references to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. ****Past Experience will be evaluated to determine the degree of vendors' experience in successfully providing comparable systems for the types of applications described herein. Information on past experience may be obtained from above references, however, the vendor should provide additional references whom are able to provide past experience information if necessary. ***The following provisions and clauses apply to this acquisition: Provisions: 52.212-1, Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items. 52.225-4 Buy American Act--Free Trade Agreement--Israeli Trade Act Certificate ***Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. *** ***The following clauses apply to this acquisition: Clauses: 52.204-7 Central Contractor Registration 52.212-4 Contract Terms and Conditions?Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (3) 52.219-4 Notice of Price Evaluation Preference for HUB-Zone Small Business concerns (7) 52.219-8, Utilization of Small Business Concerns (14) 52.222-3, Convict Labor (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (16) 52.222-21, Prohibition of Segregated Facilities (17) 52.222-26, Equal Opportunity (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (19) 52.222-36, Affirmative Action for Workers with Disabilities (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (24) 52.225-3, Buy American Act--Free Trade Agreement--Israeli Trade Act (26) 52.225-13, Restrictions on Certain Foreign Purchases (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All clauses may be viewed at www.acqnet.gov. *** ***All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all Line Items; 2) Two (2) Originals of the Technical description and/or product literature; 3) Description of commercial warranty; and 4) One (1) copy of the most recent published price list. ***All quotes shall be received not later than 3:30 PM local time, on July 14, 2006 at the National Institute of Standards & Technology, Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD 20899-3571, Attn: Todd Hill. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24 hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. E-mailed quotes are acceptable. Faxed quotes will NOT be accepted. ***
 
Place of Performance
Address: Contractor's Site
 
Record
SN01081028-W 20060702/060630220343 (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  © 1994-2020, Loren Data Corp.