Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2009 FBO #2800
SOLICITATION NOTICE

66 -- High Resolution ICP Mass Spectrometer

Notice Date
7/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Quantico Contracts Unit, FBI Engineering Research Facility, FBI Academy, Quantico, Virginia, 22135
 
ZIP Code
22135
 
Solicitation Number
09-Q-LDQ002254
 
Archive Date
8/15/2009
 
Point of Contact
Lynda M. Theisen, Fax: 703-632-8480
 
E-Mail Address
Lynda.Theisen@ic.fbi.gov
(Lynda.Theisen@ic.fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for BRAND NAME or equal commercial items prepared in accordance with the 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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34, Effective 01 July 2009. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The solicitation number is RFQ 09-Q-LDQ002254 and shall be referenced on all quotes. The FBI has a requirement for one (1) commercially-available, research-grade, double-focusing sector field inductively coupled plasma-mass spectrometer system (ICP-MS) with single ion detection. The brand name items required are manufactured by Thermo Electron North America LLC and are as follows: 1. ELEMENT 2 Mass Spectrometer, P/N 0724710 2. Thermoflex water to water chiller, P/N 123121010000006 3. 10-kVA three phase isolation transformer and power conditioner, P/N 222-223800 4. Dell 1710 Printer, P/N 1063385 5. Consumables kit, ELEMENT 2, P/N 1125671 6. Spare parts kit, ELEMENT 2, P/N 1125663 7. SC-E2 built-in autosampler for Thermo Element, P/N SC-8103 8. ELEMENT 2 operator on-site training, 4.5 days, P/N 702-004000 The following specifications must be demonstrated on the unit delivered following installation at the FBI Laboratory by the vendor. • The requested ICP-MS instrument shall be compatible with and guaranteed to function properly when sample introduction is provided by a commercially available 213nm laser ablation system, which is being acquired separately. (Specifications listed for solution aspiration using a conventional nebulizer and spray chamber) Basic Design • Basic instrument design is double-focusing magnetic sector field ICP-MS with single ion detection • Argon plasma ion source and mass spec sampling interface shall be configured (i.e., at ground potential) to allow coupling of sample introduction devices, such as laser ablation • Multiple resolution modes (low, medium, and high) shall be attainable through easy instrument reconfigurations under computer control • Mass separation must utilize a magnetic sector designed for the mass range 0 to 260 µ, highly laminated, and water cooled for maximum stability and fastest possible scanning capability and an electrostatic analyzer for energy focusing • The detection system shall consist of a discrete dynode electron multiplier system • Detector shall utilize analog and counting modes with automatic cross calibration • The peak shape shall be flat-topped for maximum stability, particularly in the lower resolution modes • The system shall provide a wide dynamic range (109) in order to allow simultaneous detection of major and minor elements or to measure ratios of isotopes with wide differences in abundances • Design shall allow fast scanning and high sensitivity to enable use of the ICP-MS for monitoring of fast transient signals, as in laser ablation or chromatographic applications Specifications • Mass Resolution: 300, 4000, 10,000 (10% valley, equivalent to 5% height) • Sensitivity: > 1x109 cps/ppm for In (low resolution mode) • Signal Stability: <1% RSD over 10 minutes, <2% RSD over one hour • Detection Limit: <1 ppq for noninterfered nuclides of 100% abundance • Baseline Noise: <0.2 cps • Dynamic Range: >109 linear, ppq to ppm range • Scan Speed (Magnetic): m/z 7 to 240 to 7 <150 ms • Scan Speed (Electric): 1 ms/jump over entire mass range • Oxide Ions: BaO+/Ba+ <0.002 • Doubly Charged Ions: Ba 2+/Ba+ <0.03 Software Software shall monitor and control all essential instrument functions, to include: • autotune of instrument parameters, such as gas flows, torch, lenses, multiplier voltage • autosampler • method setup and sequences • data acquisition, display, calibration, and reporting in real time • quantification routines (qualitative, quantitative, isotope dilution, time resolved • analysis, and isotope ratio) • exporting of data to third party programs • Windows XP operating system • Follow-up telephonic customer support is required • Software license shall include free upgrades of operating software over lifetime of instrument Warranty • System shall be warranted against defects for one year • Shall be warranted against errors and failures in software - corrected for one year Items called for by this solicitation have been identified by a brand name or equal description. Such identification is intended to be descriptive but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Quotes offering equal products (including products of a brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics and requirements listed in the invitation, unless the quoter clearly indicates in his/her quote that he/she is offering an equal product referenced in the solicitation. If the quoter proposes to furnish an equal product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the solicitation, or such product shall be otherwise clearly identified in the quote. The evaluation of quotes and the determination to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the quoter or identified in his/her quote as well as other information reasonably available to the purchasing activity. To ensure that sufficient information is available, the quoter must furnish as a part of its quote all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the purchasing activity to: (i) determine whether the product offered meets the salient characteristics requirements of the solicitation, and (ii) establish exactly what the quoter proposed to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or information otherwise available to the purchasing activity. (2) If the quoter proposes to modify a product so as to make it conform to the requirements of the invitation for quotes, the quoter shall: (i) include in his/her quote a clear description of such proposed modifications, and (ii) clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after the closing date to make a product conform to a brand name product referenced in the solicitation will not be considered. A firm fixed price contract will be awarded to the responsive, responsible quoter whose quote conforms to this solicitation and is the Best Value to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) technical acceptability and (2) price. The Government reserves the right to award without discussions; therefore, it is critical that each quote be fully responsive. However, the FBI also reserves the right to conduct discussions, if later determined to be necessary. Please carefully review the commercial item FAR clauses for information about requirements and instructions for submitting a quotation. The following provisions and clauses apply to this procurement: Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008); FAR provision 52.212-2, Evaluation-Commercial Items (JAN 1999) - Award shall be made to the responsible offeror whose offer is considered to be most advantageous to the Government, considering technical acceptability and price. FAR provision 52.212-3, Offeror Representations and Certification-Commercial Items (JUN 2009). FAR Clause 52-212-4, Contract Terms and Conditions- Commercial Items (FEB 2007); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2008) - in paragraph (b) the following clauses apply; 52.203-6 Alternate I, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.232-34, 52.232-36,, 52.239-1. In addition to the above, FAR clause 52.247-34 F.O.B. Destination (NOV 1991) and 52.211-6 Brand Name or Equal (AUG 1999) are incorporated by reference. Clauses incorporated by reference may be accessed in full text at www.arnet.gov. The lessor/contractor will agree to insert terms that conform substantially to the language of this clause in all contracts/subcontracts. All quotes from responsible sources will be considered. Quotes shall be sent to Lynda.Theisen@ic.fbi.gov. For information regarding the solicitation, please contact Lynda Theisen at Lynda.Theisen@ic.fbi.gov. Questions will be accepted by email only. Phone calls will not be accepted. **** Please note : All offerors and prospective contractors shall be registered on the online Representative and Certification Application (ORCA) website at http://orca.bpn.gov or must provide a completed copy of 52.212-3 along with their quote. ORCA registration is available through Business Partner Network (BPN) at www.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/ECU15/09-Q-LDQ002254/listing.html)
 
Record
SN01887590-W 20090727/090725233409-3515c177e304253e36d22e11573b0015 (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.