Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2009 FBO #2882
MODIFICATION

66 -- High Performance Liquid Chromatograph/Mass Spectrometer System

Notice Date
10/13/2009
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-09-R-0357
 
Archive Date
11/12/2009
 
Point of Contact
Shannan M. Germond, Phone: 7323232778, Judith A Dastis, Phone: 732-323-7339
 
E-Mail Address
shannan.germond@navy.mil, judith.dastis@navy.mil
(shannan.germond@navy.mil, judith.dastis@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A PRESOLICITATION (Request for Proposal) 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. The Naval Air Warfare Center Aircraft Division (NAWCAD) has a requirement to procure a high performance liquid chromatograph / mass spectrometer (HPLC/MS) system with PC control system and a one-year warranty and on-site installation. Requirements for each component include: A high performance liquid chromatograph (HPLC) is required with the following components and features: a)A binary HPLC pump operational at pressures up to 8600 psi or higher and at flow rates up to 5 milliliters per minute or more. The flow rate accuracy should be +/- 1% or better. The pump should be capable of binary gradient mixing and capable of variable delay volumes down to 125 microliters or lower. The pump should have a means of solvent leak detection and alert. b)A vacuum solvent degasser capable of handling up to four different solvent streams should be provided. Valving should be provided to select any two of these streams to send to the binary pump. The degasser should handle solvent flows up to 5 milliliter per minute or higher. The internal volume of the degasser should be 1 milliliter per channel or less. c)An autosampler capable of injection volumes ranging from 0.1 microliter to 100 microliter or wider should be provided. The autosampler internal volume should be 300 microliter or less. Autosampler carryover should be less than 0.1% or better. d)A column oven should be provided that controls temperature from 10°C above ambient to 95°C or wider. The oven temperature accuracy should be +/- 1°C or better and precision should be +/- 0.05°C or better. The oven should be able to hold at least three 11 inch columns. The oven should include a pre-column heater and a post-column cooler. e)A diode array HPLC detector with a wavelength range of 190 to 950 nanometers or wider should be provided. The detector wavelength accuracy should be +/- 1 nanometer or better. The detector noise level should be less than 0.00001 absorbance units at 254 nanometers and at 750 nanometers. The slit width range should be 1 to 15 nanometers or wider. The temperature of the optics should be controlled. A means of detecting solvent leaks in the unit should be provided. A Mass Spectrometer (MS) should be provided with the following features: a)The MS must integrate/operate seamlessly with the HPLC system. b)The MS should be a single quadrupole system with a mass range of 2 to 3000 atomic mass units or wider and an accuracy of +/- 0.14 atomic mass units or better. c)A multimode ion source must be provided with simultaneous electrospray ionization (ESI) and atmospheric pressure chemical ionization (APCI) and with polarity switching capability. The source should be capable of operating at HPLC flow rates of at least 1 milliliter per minute. A nitrogen gas generator should be provided for an uninterrupted supply of source drying gas. d)The MS must have a capability of detecting and alerting for system leaks. A PC control system should be provided with operational software and a printer. The software must be user-friendly and provide complete digital control of all parameters of the HPLC and MS working together a HPLC/MS system. The software must be able to simultaneously acquire mass spectral and diode array spectral data and then reduce and display these data. The software must be capable of generating calibration plots of multiple component standards with components at differing wavelengths (using the diode array detector). The software must provide the user with the capability of creating HPLC/MS spectral libraries. It must also be capable of conducting library searches of mass spectral and diode array spectral libraries. A one year warranty and on-site installation should be provided. Vendors seeking award of a Government Purchase Order must be currently registered in the Central Contractor Registration (CCR) database and furnish their 5 digit CAGE Code with their quote to effect electronic payment. CCR registration information can be found at www.ccr.gov. All items shall be preserved, packaged, packed, and marked in accordance with best commercial practices. Delivery shall be within 45 days after contract award. Shipping FOB Destination, and the shipping address is: Naval Air Warfare Center 22229 Elmer Road Building 2360 Patuxent River, MD 20670 Attention: Dr. Michael Sundberg Phone: (301) 757-3417 The award will be subject to the following Federal Acquisition Regulation Clauses: 52.212-4, Contract Terms and Conditions – Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial items is incorporated in this contract by reference; the following provisions apply: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-8, Utilization of Small Business Concerns; 252.211-7003, Item Identification and Valuation; 52.219-14, Limitation on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for 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 Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor – Cooperation with Authorities and Remedies; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration; 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to the Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program; 252.247-7024, Notification of Transportation of Supplies by Sea. Please submit quotations to: Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 25234SG, Shannan Germond, Hwy. 547, Bldg. 120-1, Lakehurst, NJ 08733. Electronic submissions are preferable if sent to shannan.germond@navy.mil. The closeout for this solicitation is 28 October 2009 at 1600 EST. Name and telephone number of individual to contact for information regarding the solicitation: Shannan Germond, (732) 323-2778, fax (732) 323-7531, e-mail: shannan.germond@navy.mil. Hard copies of the Presolicitation and Amendments will NOT be mailed to the contractors.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-09-R-0357/listing.html)
 
Place of Performance
Address: Attn: Michael Sundberg, Phone: 301-757-3417, Naval Air Warfare Center, 22229 Elmer Road, Building 2360, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN01984678-W 20091015/091013234939-b10365d5ff1c374fe18886a5339a6d38 (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.