Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2008 FBO #2363
SOLICITATION NOTICE

66 -- MASS SPECTROMETER

Notice Date
5/14/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron, 205 West D Ave., Suite 541, Eglin AFB, Florida, 32542-6862
 
ZIP Code
32542-6862
 
Solicitation Number
F1TBBB8073A001
 
Response Due
6/4/2008 2:00:00 PM
 
Point of Contact
Manivanh S. Mundy, Phone: 850-882-0335, Mary G. Gardner,, Phone: 850-882-0338
 
E-Mail Address
manivanh.mundy@eglin.af.mil, mary.gardner@eglin.af.mil
 
Small Business Set-Aside
N/A
 
Description
The 96 Contracting Squadron, 96 CONS/MSCBS at Eglin AFB, Florida intends to solicit, negotiate, and award a Firm-Fixed Price contract for an Ion Chromatograph Mass Spectrometer. This announcement constitutes a combined synopsis/solicitation. A quote is being requested and no other request for quote will be issued. This solicitation is issued as Request for Quotation (RFQ) F1TBBB8073A001. The North American Industry Classification System (NAICS) code for this acquisition is 334516, with small business standard size 500 employees. Please identify your business size in your response based upon this standard. This requirement is for the following. CLIN 0001: (1 EACH) Spectrometer; ION Chromatograph Mass, NPN. CLIN 0002: Shipping, if applicable. Technical Requirements and Specification Ion Chromatograph-Mass Spectrometer (IC-MS) The IC-MS system will be used primarily to analyze transition metals, anions, and cations species such as tungsten, aluminum, silver, nickel, gold. The system should be a totally integrated IC-MS system for trace analysis with the following highly desired specifications/capabilities: - The system should include two independent analytical channels that are capable of running two different applications simultaneously. - Capable of simultaneous and sequential injection with two independent temperature zones, 1 for each analytical channel supporting the ideal separation conditions for each application independently. The instrument's column compartment must have two distinct temperature zones to support dissimilar applications. - Integrated Auto sampler must be capable of supporting simultaneous or sequential injections between two different applications and must use a non-metallic flow path. Auto sampler must support the use of either 1.5 or 10 mL vials. Auto sampler options should include temperature control, sample dilution, sample preparation, and column switching capabilities. - IC system should include at least one quaternary pump to limit complexity and footprint, the quaternary pump should be self contained in a single housing. Individual isocratic pumps used in combination are undesirable. - Automated inline calibration capable of anion, cation, and transition metal analysis include a Mass Spectrometer (MS). The bid must describe the MS device including ion source in detail. The MS should be a quadropole type and designed for maximum versatility with both Atmospheric Chemical Ionization (APCI) and Electrospray Ionization (ESI) capabilities. A MS with Atmospheric Pressure Photoionization (APPI) ion source as an option is desirable. The mass spectrometer should include a cone wash technology to continuously clean the source with solvent. - Sample preconcentration, matrix elimination / matrix neutralization. Both the IC and MS systems must be controlled by a single PC based software package. The system shall include self diagnostics. The PC workstation and control software must run under Windows XP as a minimum but MS Vista operating system is preferred. The software should be capable of controlling an optional fraction collector. The data collection software shall be compliant with 21 CFR Part 11 "Electronic Records/Electronic Signatures". - The system should include an integrated automatic dual Eluent preparation/generation capability. Introduction of eluents for anions and cations using electrolysis of deionized water is highly preferred. The eluent introduction system should be designed to minimize operator error, and to increases sensitivity, linearity, versatility, and system up-time. - System should include an automated Suppressor regeneration system, which must not cause peak shift due to suppressor saturation. A system that minimizes hazardous waste generation and minimizes the use of corrosive chemicals is highly preferred. Suppressor system must not cause retention time shifts due to suppressor becoming expended during normal operation. - Warrantee, two year unlimited warrantee to cover all components (except consumables which should be clearly identified) - Training should include a minimum of one day on site familiarization plus and additional two days off site advanced applications training. - Onsite service during warrantee period should be available within 48 hours of notification. - If any of the desired specifications cannot be provided, please highlight and describe your alternative suggestion in detail, giving emphasis to how the following are affected (signal to noise ratio, detection limit, user interaction, stability, reproducibility, instrument down time, cost, etc) - Please provide four references of lab users who have been operating a similar configured IC-MS system. References from the state of Florida highly preferred and at least one should be a state or federal government laboratory. (End) For questions, contact Ms. Manivanh Mundy by email only, manivanh.mundy@eglin.af.mil. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-25, Effective on April 22, 2008 • FAR 52.204-7, Central Contractor Registration; • FAR 52.212-1, Instructions to Offerors -¬¬ Commercial Items; • FAR 52.212-2, Evaluation -Commercial Items. Evaluation will be based on the following factors: price and technical (capability of item offered to meet the government's needs); • FAR 52.212-3, Offerors Representations and Certifications - Commercial Items, Alternate I (Effective April 22, 2008, in accordance with FAC 2005-25, offerors are required to provide representations and certifications electronically via the BPN website http://www.bpn.gov); • 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, incorporating the following: • 52.233-3, Protest After Award; • 52.233-3, Applicable Law for Breach of Contract Claim; • 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; • 52.222-3, Convict Labor; • 52.222-19 Child Labor - Cooperation With Authorities and Remedies; • 52.222-21, Prohibition of Segregated Facilities; • 52.222-26, Equal Opportunity; • 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • 52.222-36, Affirmative Action for Workers With Disabilities; • 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act; • 52.225-13, Restrictions on Certain Foreign Purchases; • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • 52.233-2, Service of Protest; • 52.247-34, F.O.B Destination; or FAR 247-29, F.O.B. Origin; • 52.252-2, Clauses Incorporated by Reference (Feb 98), which reads as follows: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause); • DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: • DFARS 252.225-7001, Buy American Act and Balance of Payments Program; • DFARS 252.232-7003, Electronic submission of payment requests; • DFARS 242.247-7023 with Alternate III, Transportation of Supplies by Sea; • Local J-2, Wide Area Work Flow. Local J-2 reads as follows: WIDE AREA WORK FLOW DODAAC AND EMAIL DISTRIBUTION TABLE SF 1449 THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF. Invoice Type: INVOICE AND RECEIVING REPORT (COMBO) *Contract Number: See Block #2 of the award *Delivery Order: See Block #4 of the award if applicable *Issue Date: See Block #3 of the award *Issue DODAAC: See Block #9 of the award *Admin DODAAC: See Block #16 of the award Inspected By DODAAC/Ext: *Ship To Code/Ext: See Contract Line Item Ship From Code: *Pay DODAAC: See Block #18a of the award ADDITIONAL EMAIL NOTIFICATIONS: 1. (organization POC) 2. (contracting POC) 3. (others, as appropriate) Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. (end of clause) To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil. The quote format is at the discretion of the offeror. If your company is capable of providing this item, pricing and product literature must be received NLT 2:00 PM., Central Time on 4 June 2008. Anticipated award date is three days after the due date. Send all packages to 96 CONS/MSCBS, Attn: Manivanh Mundy or Mary Gardner, 205 West D. Ave, Suite 541, Eglin AFB Florida, 32542-6862; or by facsimile to (850) 882-1680 or email at manivanh.mundy@eglin.af.mil or mary.gardner@eglin.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=58218a4e63ef2a496fe3f927b6a4089f&tab=core&_cview=1)
 
Record
SN01572593-W 20080516/080514215438-58218a4e63ef2a496fe3f927b6a4089f (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.