Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2009 FBO #2797
SOLICITATION NOTICE

66 -- GCxGC TOF Mass Spectrometer

Notice Date
7/22/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
 
ZIP Code
72079-9502
 
Solicitation Number
09-222-SOL-00103
 
Archive Date
8/21/2009
 
Point of Contact
Nicholas E Sartain, Phone: 870-543-7370
 
E-Mail Address
nick.sartain@fda.hhs.gov
(nick.sartain@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) format in 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. This requirement is being issued in conjunction with FAR 13.5 Test Program for Certain Commercial Items, as applicable. The solicitation number is 09-222-SOL-00103. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-35. The associated North American Industry Classification System (NAICS) Code is-334516- Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. The Food and Drug Administration is soliciting The Food and Drug Administration is soliciting for a 2-Dimensional Gas Chromatography (GC x GC) coupled with Time-of-Flight Mass Spectrometry (TOF) system. The system shall meet the following requirements and will serve as a basis for technical evaluation: Mass Spectrometer Requirements: • Electron Impact ionization (EI) Time-of-Flight (ToF) mass analyzer capable of fast data collection - collecting, storing and reporting up to 500 full-range spectra per second over a full mass range of 5 amu to 1000 amu. • EI source must have dual filament system that will switch to alternate filament if failure occurs during analysis • MS must collect up to 20 full spectra across a 50 ms chromatographic peak • MS software and electronics capable of automatically correcting for ion arrival time • Standard sensitivity specification for 2 pg of hexachlorobenzene on column will result in a minimum 10:1 S/N on m/z 284 on an acquisition rate of 20 spectra/second from m/z 50 to m/z 500. GC/MS Data System Requirements: • Data system is compliant with Windows operating systems including XP and Vista • Data reduction provides algorithms to maximize signal intensity, mass resolution and calibration of mass • Samples can be added or taken from a sequence without terminating the full sequence • Data system must provide integrated control for a Gerstel auto sampler including full control of the Gerstel hardware • Data system should easily allow user defined quality control measurements including relative retention time requirement, verification of daily calibration standards and calibration curves, blank determinations including specific time determinations • Use NIST library search algorithm and allow user to prepare analyst libraries of mass spectra and can use multiple libraries for simultaneous searches • Provide deconvolution algorithm for co-eluting peaks. A demonstration of the deconvolution of such mass spectra of a native residue (C-12) and an internal standard (C-13) of the same compound; for instance PCB-28 (C-12 versus C-13), 2378-TCDD (C-12 versus C-13) and PBDE 47 (C-12 versus C-13). • Compare two samples to determine list of analytes found in one sample that is not found in another • Fully automated quantitative analysis of samples based on 3 to 5 point calibration curves • All GC/MS data can ultimately be exported into Excel spreadsheets • Provide automated peak location and area calculation • Display contour, surface, wire mesh plots GC System Requirements: • Must have 6 independent heated zones with an oven temperature range from 5 C above ambient to 450 C with optional liquid nitrogen cryogenic system. • Split splitless injector with electronic pressure and flow control • Injection capability of 0.1 uL to 50 uL with pre and post rinsing • Programmable injection speeds from 2.5 to 500 uL/second GCxGC Requirements: • Comprehensive GCxGC on entire sample • Fully integrated software must control each part including temperatures, modulators oven detectors, autosampler • Liquid nitrogen leveler for unattended operation • GCxGC uses simple press-fit connections • Contain secondary oven programmed through data system for second dimension. • Provide a corrected constant flow mode based on column set and temperature zones used for method. Scheduled Items include: 1. 2-Dimensional Gas Chromatograph with Time-of-Flight Mass Spectrometer system. 1 each 2. Installation 3. System training for GC-TOFMS system and software at contractor facility 4. Advanced system and software training 5. Full service agreement for 3 years. Contract Type: Commercial Item-Firm Fixed Price. Simplified acquisition procedures will be utilized. FOB Point destination. To be delivered 180 days or less after receipt of order (ARO) FOB Point of Delivery for Services and Supplies will be the FDA/NCTR located at 3900 NCTR Road, Jefferson, AR 72079-9502. Payment terms net 30 days. Standard commercial warranty is required if applicable. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) Technical capability of the items/services offered to meet the Government's requirement. (ii) Past Performance (iii) Price. Technical and past performance, when combined, are significantly more important when compared to price in determining the best value to the government. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the government's requirement. The tradeoff process will be utilized meaning that tradeoffs among price and technical capability will allow the government to accept other than the lowest priced technically acceptable offer. The Government will evaluate the technical capability factor as to whether the offer meets or exceeds the minimum specifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the offeror, past record of meeting delivery schedules and service/maintenance reputation. Offerors shall provide references that have used the instrument as a GCxGC mass spectrometer and any peer reviewed journals using their instrumentation. The articles need to involve the analyses of at least the mono-ortho polychlorinated biphenyls and the polybrominated diphenyl ethers, preferably in a single analysis. The government reserves the right to make an award without discussions. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the product and/or service meets the technical requirements. The offer shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government. The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. An offeror should complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following addenda have been attached to the clause. The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the contracting officer's representative (COR) specified at award. If the supplies or services are acceptable, the COR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COR shall document the nonconforming items/services and immediately notify the contracting officer. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6 alt I, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-5, 52.225-13, and 52.232-33. The following additional provisions and/or clauses apply: 52.204-4 & 52.204-7. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov/far/ The following HHSAR clauses apply and can be obtained at the following website: http://farsite.hill.af.mil/VFHHSAR1.htm 352.270-10 Anti-lobbying. (January 2006) One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. Post Award Evaluation of Contractor performance a. Contractor Performance Evaluations Interim and final evaluations of contractor performance will be prepared on this contract in accordance with FAR Subpart 42.15. A final evaluation will be prepared at the time of completion of work. In addition to the final evaluation, interim evaluations will be prepared annually to coincide with the anniversary date of the contract. Interim and final evaluations will be provided to the contractor as soon as practicable after completion of the evaluation. The contractor will be permitted thirty days to review the document and to submit additional information or a rebutting statement. Any disagreement between the parties regarding an evaluation will be referred to an individual one level above the Contracting Officer, whose decision will be final. Copies of the evaluations, contractor responses, and review comments, if any, will be retained as part of the contract file, and may be used to support future award decisions. CCR Requirement - Company must be registered in the Central Contractor Registration (CCR) system before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. It is the offeror's responsibility to monitor the internet site for the release of an amendment to the combined synopsis/solicitation (if any). Offerors that fail to complete the required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. All responsible sources may submit an offer, which if timely received, shall be considered. The offer must reference solicitation number 09-222-SOL-00103. The offers are due in person, by postal mail, fax or email to the point of contact listed below on or before August 6, 2009 by 13:00 hours (Central Standard Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OSS/OFFAS, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. For information regarding this solicitation, please contact Nick Sartain at (870) 543-7370, FAX (870) 543-7990 or email nick.sartain@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/09-222-SOL-00103/listing.html)
 
Place of Performance
Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN01884121-W 20090724/090723000134-3c934b4e203d59a79ae96336e930715e (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.