Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2008 FBO #2410
SOLICITATION NOTICE

66 -- WATERS TOF TYPE MASS SPECTROMETER WITH ION MOBILITY FUNCTIONALITY SYSTEM AND ACCESSORIES

Notice Date
6/30/2008
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, Pennsylvania, 19038
 
ZIP Code
19038
 
Solicitation Number
AG-3615-S-08-0005
 
Response Due
7/7/2008
 
Archive Date
7/30/2008
 
Point of Contact
Lisa M. Botella,, Phone: 215-233-6551
 
E-Mail Address
lisa.botella@ars.usda.gov
 
Small Business Set-Aside
N/A
 
Description
<!--[if supportFields]> SEQ CHAPTER \h 1<![endif]--><!--[if supportFields]> <![endif]--> The USDA, Agricultural Research Service (ARS), intends to negotiate solely with Waters Corporation in Milford, Massassachutes to furnish, deliver and install a Q-TOF Type Mass Spectrometer with Ion Mobility Functionality inclusive of all accessories to the USDA, ARS, Robert W. Holly Center for Agriculture and Health in Ithaca, New York in accordance with the terms, conditions, and specifications contained in this document. The Contractor shall furnish all labor, equipment, materials, tools, services and supervision necessary to provide the SCHEDULE OF ITEMS.ITEM NO. 01, SYNAPT HDMS System which includes a NanoLocksparay, a Syapt HDMA 8kDa; MassLynx 4.1, M55p E6600 and XP HDMS Tof, MaxEnt1 Software, ProteinLynx Global Server Standard Edition (Q-Tof); QUANTITY: 1; UNIT: EA; UNIT PRICE: $; AMOUNT: $. ITEM NO. 02, SYNAPT HDMS Bio Molecular Application; QUANTITY: 1; UNIT: EA; UNIT PRICE: $; AMOUNT: $. ITEM NO. 03, Trade-In of Mass Lynx Software; QUANTITY: 1; UNIT: EA; UNIT PRICE: $-; AMOUNT: $-. ITEM NO. 04, DISCOUNTS and Credits; QUANTITY: 1; UNIT: EA; UNIT PRICE: $-; AMOUNT: $-. ITEM NO. 05, Extended Service Agreement: QUANTITY: 1; UNIT: YR; Unit Price: $; Amount: $. This item is pending availability of funding. ALL THIS FOR A TOTAL OF $_____. GOVERNMENT RESPONSIBILITY - The USDA, ARS, Robert W. Holley Center for Agriculture and Health, shall be responsible for ensuring that the facility electrical and water connections meet the required contractor specifications for proper operation of the Q-TOF Type Mass Spectrometer System and components. GENERAL SPECIFICATIONS - The USDA, ARS, Robert W. Holley Center for Agriculture and Health, Biotechnology Building in Ithaca, New York, requires the Contractor to furnish and deliver an apparatus on which to carry out mass spectral analysis on complex mixtures of proteins/peptides and/or metabolites in such a way that facilitates the analysis of isobaric or nearly isobaric ions and that mitigates the problems associate with the “under sampling” of peptides or other analytes that have limited the quality of analysis in the past. TECHNICAL SPECIFICATIONS – <!--[if !supportLists]--> T he Q-TOF TypeMass Spectrometer with Ion Mobility Functionality shall include the following components and accessories: 1. <!--[endif]--><!--[if !supportLists]--> Ion Source; 2. <!--[endif]--><!--[if !supportLists]--> Ionization Sources; 3. <!--[endif]--><!--[if !supportLists]--> Quadrupole Analyzer; 4. <!--[endif]--><!--[if !supportLists]--> TriWave Ion Mobility Separation Devise; 5. <!--[endif]--><!--[if !supportLists]--> Intermediate Detector; 6. <!--[endif]--><!--[if !supportLists]--> Orthogonal Acceleration Time of Flight Mass Spectrometer for MS and MS/MS Analysis. 7. <!--[endif]--><!--[if !supportLists]--> Vacuum System; 8. <!--[endif]--><!--[if !supportLists]--> Footprint- The instrument must be floor standing in design, having a footprint no bigger than 1400 mm x 680 mm x 1300mm (H x W x D), and the weight should not exceed 535 kg.; 9. <!--[endif]--><!--[if !supportLists]--> HPCL and Ancillary Devices; 10. <!--[endif]--><!--[if !supportLists]--> Software – configured with Microsoft Windows operating system, featuring a graphical user interface with multiple windows, pull down menus and toolbars. The software must have the ability to control both the MS and specified HPLC and UPLC devices. 11. <!--[if !supportLists]--> Multi-Dimensional Data Visualization and Manipulation Software. 12. <!--[endif]--><!--[if !supportLists]--> Instrument Control and Data Processing Utilities – including spectral data which includes a) Continuum (profile) data and b) Centroid (Stick Data). 13. <!--[endif]--> Camera for real-time viewing of Nanospray on acquisition PC. All software must be Year 2000 and Section 508 Accessibility Compliant with Sections: 1194.21, 1194.25 and 1194.26. The standard does not require the installation of specific accessibility-related software or the attachment of an assistive technology device, but merely requires that the EIT be compatible with such software and devices so that it can be made accessible if so required by the agency in the future. The Government many request additional information from the Contractor to determine product compliance. SALIENT CHARACTERISTICS - The USDA, ARS, Robert W. Holley Center for Agriculture and Health has determined that Waters Corporation’s SYNAP HDMS is the only equipment with the following salient characteristics: The SYNAPT HDMS is the only commercially available Q-TOF mass spectrometry system that includes an ion mobility separation (Triwave) device consisting of three traveling wave ion guides. Two of these can function as collision cells enabling MS 3 operation which provides superior structural characterizations. The ion mobility feature of the SYNAPT HDMS system is extremely important because when combined with the mass resolution of > 17,000 FWHM, it can be utilized to eliminate the problems associated with the analysis of isobaric or nearly isobaric ions. Furthermore, the Triwave device is necessary in order to carry out Time Aligned Parallel (TAP) (Matrix) fragmentation. Through TAP fragmentation and the Waters proprietary software incorporated in MassLynx and ProteinLynx Global Server one can largely mitigate the problems introduced by the phenomenon of “peptide under sampling”, greatly increasing protein and proteome coverage while improving one’s ability to carry out quantitative studies of protein expression. The mass accuracy of this system (< +/- 2 ppm) is sufficient to define the elemental composition of the precursor and fragment ions uniquely, providing superior identifications. The scan rate of 10 full scans/sec. is sufficient to fully define chromatographic peaks with peak widths of 2-3 seconds such as those generated by our nanoUPLC. Furthermore, the operating system of this mass spectrometer is fully compatible and integrated with the operating system of the existing Waters’ nanoUPLC allowing for their joint operation through a single computer interface. Available with 3 traveling wave ion guides (TriWave Device); Ability to carry out ion mobility separations, Ability to carry out Time Aligned Parallel Fragmentation experiments, Comes standard with e and two collision cells for MS-3; Ability to carry out 10 MS/MS scans per second; Better than 2 ppm mass accuracy; Includes Trade-In of Government-owned Mass Lynx Software. Mass resolution of better than 17000 FWHM. Electronically compatible with existing Waters nanoUPLC System. PACKING AND SHIPPING - The Contractor shall pack each item for shipment in a new container in such a manner that will ensure acceptance by common carrier and safe delivery at the destination. Containers and closures shall comply with the Interstate Commerce Regulation, Uniform Freight Classification Rules, or regulation of other carriers as applicable to the mode of transportation. The Contractor is totally responsible for offloading entire shipment. The items to be furnished hereunder shall be labeled with the purchase order number or the name of the Contracting Officer or credit card holder and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination. DELIVERY - The Contractor shall furnish and deliver (F.O.B. Destination) the equipment and documentation to the address below and include the P.O. number, within 120 days after the receipt of the purchase or credit card order. Delivery shall be between the hours of 8:00 a.m. to 3:30 p.m., Monday through Friday, excl. Federal holidays. USDA, ARS, NAA, Robert W. Holley Center for Agriculture and Health, Cornell University, Biotechnology Building, Tower Road, Ithaca, New York 14853, Attn: Dr. Thannhauser - P.O. number. The Contractor shall coordinate the delivery date and time with the Technical Representative (TR) at least one (1) week prior to delivery. Collect calls will not be accepted. INSTALLATION AND START-UP - Installation shall be coordinated by the Contractor with the TR at least one (1) week prior to delivery. The Contractor shall perform and complete installation and start-up within two (2) weeks after delivery at no additional cost. The Contractor shall also provide additional installation support (e-mail, telephone, on-site). TRAINING (on-site) - The Contractor shall provide a one day of training (upon installation) by a qualified customer service engineer to a minimum of three (3) personnel. The Contractor shall provide additional telephone and email support during normal business hours 8:00 a.m. to 5:00 p.m. (EST), Monday through Friday. TRAINING AT CONTRATOR’S FACIILITY - The Contractor shall provide an additional on-site training (at contractor’s facility) within one-year after acceptance of the equipment at no training cost to the Government. The Government shall be responsible for the travel to the Contractor’s facility. CUSTOMER SUPPORT - The Contractor shall provide service primary support, and must provide a toll-free customer support line from 8 AM to 5 PM EDT. SOFTWARE LICENSE AND UPGRADES - The Contractor shall provide all system and PC software upgrades to fix bugs or safety problems at no cost the Government. The Contractor shall provide one software license for use with one mass spectrometer and one remote PC installation. DOCUMENTATION - The Contractor shall provide the installation drawings to the TR within 15 calendar days after receipt of the purchase order. The Contractor shall provide two (2) copies each of the operations, repair, maintenance manuals, lubrication and service instructions, and submitted upon delivery of the equipment. The purchase order number shall be included on all documentation and shipment. Final payment shall not be made unless and until such documentation is received and accepted by the TR. PAYMENT - The Contractor must be registered for Electronic Funds Transfer (EFT) payments in the Central Contractor’s Registration (CCR) database to receive payment. Payment may be made by a Government purchase order or Government Credit Card. Final payment shall not be made unless and until the equipment and documentation have been received and are accepted by the Technical Representative (TR). WARRANTY - The Contractor shall provide a one year, on-site, parts and labor warranty on the equipment. The computer and accessories shall also include a standard manufacturer warranty. The period of the warranty shall begin upon acceptance. The Contractor shall provide a copy of the warranty for each item with their offer. EXTENDED SERVICE AGREEMENTS - The Contractor shall provide a copy and pricing for any available extended warranties. The Contractor must also be capable of servicing the equipment/software through the extended warranty. This information shall not obligate the Government to purchase an extended warranty. This is pending availability of funding. The NAICS Code is 334516 with a size standard of 500 employees. This procurement is unrestricted. This is not a request for proposal. No solicitation is available. Companies with the demonstrated capability and financial capacity to provide and service such equipment, and warranty must submit a written substantive statement outlining the Company’s and systems’ capabilities, available service agreements and consumables (including price lists). This announcement and any other documents related to this procurement will be available electronically at the Internet site http://www.fbo.gov. The Contractor is responsible for monitoring the FBO website for information relating to this requirement. Offerors will be responsible for downloading their own copy of these documents. Contractors are required to acknowledge receipt of all Amendments (if any). If no affirmative responses are received with five (5) calendar days of publication of this notice to determine whether a qualified source is more advantageous to the Government, an order will be placed with Waters Corporation under the authority of FAR 6.302.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b0195ce1bda1b06223b97bc5386ee703&tab=core&_cview=1)
 
Place of Performance
Address: USDA, ARS, NAA, Robert W. Holley Center for Agriculture and Health, Cornell University, Biotechnology Building, Tower Road, Ithaca, New York, 14853, United States
Zip Code: 14853
 
Record
SN01604210-W 20080702/080630220438-b0195ce1bda1b06223b97bc5386ee703 (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.