Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2007 FBO #2085
SOLICITATION NOTICE

66 -- Q-TOF Mass Spectrometer System

Notice Date
8/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Office, 1815 N. University Street, Peoria, IL, 61604, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-5114-S-07-BB03
 
Response Due
8/22/2007
 
Archive Date
10/10/2007
 
Description
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; proposals are being requested and a written solicitation will not be issued. Solicitation No. AG-5114-S-07-BB03 is being issued as a Request for Proposals (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. The NAICS code applicable to this acquisition is 334516. For a company to qualify as a small business, the small business standard is 500 employees. The USDA/ARS National Center for Agriculture Utilization Research, Peoria, Illinois, requests proposals for the purchase a Quadrupole Time of Flight Mass Spectrometer CHARACTERISTICS-CLIN #1 Q-TOF Mass Spectrometer System must meet or exceed the following minimum specifications: MS INSTRUMENT HARDWARE 1) Unit must have an electrospray ionization source and be able to interchange seamlessly with other sources including high flow, low flow, and UV ion spray sources as well as APCI sources. 2) Unit must be equipped with a CID collision cell and/or an ion lens system with control capabilities for in-source collision induced dissociation 3) Unit must be equipped with a quadrupole for ultra-stable mass filtering. 4) System shall utilize a reflectron with ultra-precise ion beam focusing and must be capable of mass resolution to better than 15,000 FWHM. 5) System should have an extended dynamic range and generation of peak-profile data that accurately mimics theoretical isotopic patterns. 6) Direct atmosphere to vacuum interface module with curtain gas barrier for maintaining analyzer cleanliness and optimizing ion declustering. 7) Have a syringe pump for direct infusion of samples, capable of delivering flow rates between 10nL/min to over 10ml/min and have a switching valve. Both devices must have full software control. INSTRUMENT SOFTWARE 1) System must operate under Windows XP platform and possess a graphical user interface (GUI) for: monitoring instrument status; experimental setup, acquisition; and data processing with easy, built-in networking compatible with popular network protocols: TCP/IP, Novell, DecNet, etc. 2) automatic, unattended MS to MS/MS data acquisition 3) System should be compatible with Open Access software for remote (server-based) instrument access by multiple user accounts to queue experiments and automatically receive data results 4) System must possess software for: deconvolution charge states; quantitation; library searching; and data-dependent MS/MS experiments. 5) System must possess software for generating molecular/empirical formulas based upon fit of accurate mass measurement data, along with added second dimensional characterization capability to sort candidates by mathematical fit of data to theoretical isotopic profiles. 6) System must have post-processing software for: metabolite prediction; metabolite detection; and profiling multiple LC data-sets by Principal Component Analysis (PCA) routines for clustering and classifying compounds. 7) Compatible with most commercially available LC pumps, autosamplers, manual injectors and detectors 8) System must control and operate an Agilent 1100 HPLC system for LC/MS experiments and be capable of controlling a number of other HPLC systems including Shimadzu, Thermoelectron, and others 9) Product ion scanning for structural elucidation 10) Multiply charged scan for increased sensitivity of multiply charged compounds in complex singly charged matrices 11) Dynamic collision energy control based upon MS/MS spectral quality to provide optimum fragmentation for all compounds 12) Data system control of ion path optics, interface electronics and gas supplies to mass spectrometer and ion sources 13) Direct and easy data transfer to popular word processing programs such as Microsoft Word, Excel, Power Point, etc. 14) Software for quickly determining elemental compositions of unknown compounds ANALYTICAL PERFORMANCE 1) System must be capable of TOF repetition rates up to 20 kHz. 2) System must possess a TOF mass range of at least 50?40,000 m/z 3) System must be capable of data acquisition rates of 20 Hz 4) System must be capable of unit mass parent ion isolation/selection of up to 3,000 m/z 5) The Multiple Charge Separation scan function to reduce the contribution from singly charged species when analyzing multiply charged compounds. 6) Precursor Ion Selection (Quadrupole) Mass Range in MS/MS Mode of m/z 5 to 6000 7) Mass range of Quadrupole (Q) shall be at least up to 20,000 m/z 8) Linear Dynamic Range Up to 4 orders of magnitude inter-scan linear dynamic range without signal reduction. 9) System must demonstrate mass measurement accuracy in MS and MS/MS mode of: less than 3ppm RMS with internal calibration 10) System must demonstrate mass measurement accuracy in MS and MS/MS mode of: less than 5ppm RMS with external calibration 11) System must demonstrate mass resolution, defined as: a) 15,000 (FWHM) @ 922 m/z in MS positive mode at full sensitivity b) 15,000 (FWHM) @ 1034 m/z in MS negative mode at full sensitivity c) 15,000 (FWHM) @ 942 m/z in MS/MS positive mode at full sensitivity DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the Descriptive Literature describing their proposed equipment in enough detail to ascertain whether the equipment meets the criteria listed above. REJECTION OF PROPOSAL: Failure to demonstrate compliance will be cause to reject the proposal without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to this acquisition and can be found in full text at http://www.arnet.gov/far/loadmainre.html. FAR 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212 1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212 3, Offeror Representations and Certifications Commercial Items (Provide with Proposal); FAR 52.214-21, Descriptive Literature (Provide with Proposal); FAR 52.204-7, Central Contractor Registration (All Offerors must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. The website address for registration is: http://www.ccr.gov); and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.212 4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items are applicable to this acquisition: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration (31 U.S.C. 3332); 52.232-36, Payment by Third Party (31 U.S.C. 3332) and FAR 52.233, Protest After Award. The above FAR clauses may be viewed at http://www.ARNet.gov/far/. SHIPPING: FOB Destination. DOCUMENTS TO BE INCLUDED IN PROPOSAL: In order to be considered for award Offerors shall provide 1) a Proposal on company letterhead detailing the item(s) description, and unit price per CLIN and total price; 2) descriptive literature, brochures; 3) at least 3 to 5 references for the proposed equipment. References must have received the proposed equipment within the last three (3) calendar years (Government references preferred but will accept commercial references). References shall be provided for the product proposed and if possible include the email address of the person to be contacted; and 4) Offerors shall include a completed copy of the provisions FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://www.arnet.gov/far/loadmainre.html DELIVERY TO: USDA-ARS-NCAUR, Peoria, IL. PROPOSAL PRICE MUST INCLUDE any freight or shipping, as well as any applicable duties, brokerage, or customs fees. Installation, Set-up and Onsite training shall also be included DELIVERY DATE DUE: The government requires delivery on or about December 1, 2007. Exact decision on delivery to be made at award, however, each offeror shall include their proposed delivery schedule as part of their proposal. FAR 52.212.-2 EVALUATION-COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance, are (i) technical capability of the item offered to meet the Government requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B. Destination), technical and past performance are more important than price. Award will be made based on overall BEST VALUE to the Government. EVALUATION & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, cost, and other factors considered. Each Proposal shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each proposal based solely on the information furnished and not on previous knowledge or associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All proposals will be rated against the salient characteristics and minimum requirements. B) Delivery C) Warranty. The Offeror 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 Government's rights under the Inspection clause nor does it limit the Government's right 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 this response. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.FEDBIZOPPS.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement, if any. Furnish Proposals to Georgetta Stonewall, Contracting Officer, USDA, ARS, MWA, Contracting Office, 1815 N. University Street, Peoria, IL 61604, no later than 2:00 p.m., 22 August, 2007. Proposals and other requested documents may be provided by facsimile to (309)681-6683 if desired. Additional information may be obtained by contacting the Contracting Officer at (309)681-6616 or email below.
 
Place of Performance
Address: 1815 N. University St., Peoria, IL 61604,
Zip Code: 61604
Country: UNITED STATES
 
Record
SN01368605-W 20070812/070810220512 (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.