Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
SOLICITATION NOTICE

66 -- Liquid Chromatography-Mass Spectroscopy Instrument

Notice Date
6/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, South Atlantic Area, Area Office, 950 College Station Rd., Athens, Georgia, 30605, United States
 
ZIP Code
30605
 
Solicitation Number
RFQ-014-4384-10
 
Point of Contact
Elaine J Wood, Phone: (706) 546-3534
 
E-Mail Address
elaine.wood@ars.usda.gov
(elaine.wood@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for 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; prices are being requested and a written solicitation will not be issued. Solicitation number RFQ-014-4384-10 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-41. The NAICS code applicable to this procurement is 334516 with a small business size standard of 500 employees. This procurement is unrestricted. USDA ARS has a requirement for one liquid chromatography-mass spectroscopy instrument for the identification and quantification of a range of compounds extracted from peanut plant parts. The system must consist of a high pressure liquid chromatography system (LC) including a pumping system, autosampler, temperature controlled column compartment and diode array detector. The Mass Spectrophotometer (MS) much be an ion trap type. In addition, a computer containing all operating software and accessories must be included. The LC and MS must be a product of the same vendor. The contractor shall provide the following item on a Firm Fixed Price basis. The Government reserves the right to award CLIN 01 without award of any other CLINs if more advantageous to the government. CLIN 01 - QTY 1 - Liquid Chromatography-Mass Spectroscopy Instrument CLIN 02- QTY 1 Year - Provide pricing for maintenance/service agreement (after initial warranty period) for 1year. CLIN 03 - QTY 2 Years - Provide pricing for maintenance/service agreement (after initial warrant period) for 2 years. CLIN 04 - QTY 3 Years - Provide pricing for maintenance/service agreement (after initial warranty period) for 3 years. Specifications for liquid chromatography instrument: The LC system must consist of pumping system capable of producing at least a binary gradient. It should be compatible with normal chromatography solvents and buffers. The gradient flow rate must be operable at a flow rate of at least 100 microliters per minute up to 1 milliliter per minute with a flow precision of no more than 2%. Either a dual or a single pumping system is acceptable. The HPLC system must include an autosampler with at least an 80 sample capacity for 2.0 milliliter sample vials. The sample vials needed must be of the common type available from general chromatography suppliers and not specific to the autosampler. The autosampler must be capable of cooling vials to at least 5°C and heating to 50°C. It must be capable of performing both partial and filled loop injections to an accuracy of at least 1.0% RSD. It must be capable of injecting volumes at low as 0.1 microliters and as high as 1.0 milliliter in increments of 10 microliters. It must be capable of accessing any vial in the autosampler at random. It must be programmable to wash the syringe when necessary. The HPLC system must include a column compartment capable of containing an HPLC column of at least 250 mm in length. The compartment must be programmable to heat the column to at least 50°C The HPLC system must include diode array detector capable of scanning from 200 to 600 nm. It must be capable of measuring a least 2 wavelengths simultaneously. The HPLC components must be stackable to minimize the foot print of this part of the system. Specifications for MS: The system must include a pumping system necessary to keep the system under sufficient vacuum for optimum operation of the source and the analyzer compartments. The system must be supplied with both Electrospray Ionization (ESI) and Atmospheric Pressure Ionization (APCI) sources. The scanning mass range should be programmable throughout the analysis from 50 to 3000 Daltons with a minimum scan rate of 5000 Da/sec. The system must have full scan MS N where N is at least 10. The system must include a syringe pump integrated into the system. The system must be capable of electronically controlling the API gases. The resolution of the mass spectrometer should be minimum of 300 fg using Reserpine as a standard in the ESI MS+ mode. The system must have temperature programmable drying gas temperature. The system must be capable of detector polarity switching. The physical size of the system component should be no more than two feet in width Specification for the Computer to Control the System: The system must be supplied with a desktop computer capable of controlling the system and collecting the data. The computer must use Windows XP Professional at the operating system. The computer must be able to be connected to the local network for the transfer of data to other work stations. The computer must include a DVD writer. The computer must be preloaded with the software needed to control the instrument and to collect the data. It must also include data dependent scanning software and deconvolution software for data interpretation. Other Requirements: The purchase must include all set up and installation. The vendor must provide at least 2 days of on site training for the principal operator which includes normal operation and maintenance. The system must has at least a 1 year warranty on all parts and access to a toll free help line for troubleshooting and analysis questions. A company's response to this solicitation should be submitted on company letterhead and include manufacturer and model, total delivered price and delivery time frame. A company providing a quotation shall include two sets of descriptive literature with their proposal showing where the quoted item meets all specifications. All quotations should state whether the company will accept government purchase cards (VISA) cards as payment. The quotation should include the statement specified in 52.212-3 below. Companies must be registered in the Central Contractor Registration database with NAICS code 334516 and have completed Online Representations and Certifications as discussed below in order to receive award. Delivery will be FOB Destination to Raleigh, NC. Any shipping charges should be included in your total price. Delivery time will be within 45 days of award. The provision at 52.212-1, Instruction to Offerors - Commercial, applies to this acquisition. NOTE: Since this is a combined synopsis/solicitation and no written solicitation will be issued, please disregard references to the SF 1449 in this provision; other instructions still apply. The Government will award a contract resulting from this solicitation to the responsible Offeror(s) whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. Offers will be evaluated on price and price related items. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. This can be via EFT to a financial institution or with purchase (VISA) card. The Federal Acquisition Regulation (subpart 4.11) requires that contractors be registered in the CCR database prior to being awarded a contract. Detailed information about CCR is available at http://www.ccr.gov/. The Federal Acquisition Regulation (subpart 4.12) now requires that prospective contractors complete electronic annual representations and certifications in conjunction with their required registration in the CCR Database. These annual representations and certifications are submitted via the Online Representations and Certifications Application (ORCA), a part of the Business Process Network (BPN) at http://orca.bpn.gov. Clause 52.212-3 Offeror Representations and Certifications-Commercial Items applies to this solicitation. Offers shall include a statement as follows on their offer: the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at http://orca.bpn.gov have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference, except for paragraphs __________. This solicitation incorporates the following FAR clauses, provisions and addendums: 52-212-1 Instructions to Offerors-Commercial Item; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. In paragraph B of 52.212-5, the following apply: 53.203-6 Alt 1, 52.219-8, 52.219-28,52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52-223-15, 52.223-16, 52.225-3, 52.225-4, 52.225-13, 52.225-33. In the event the vendor will accept payment via the Government Purchase Card (VISA), the vendor shall annotate on its offer that it will accept the purchase card, and clause 52.232-33 will be superseded by clause 52.232-36. Quotations are due by Monday, August 2, 2010, 5:00 PM at USDA Agricultural Research Service, 950 College Station Road, Athens, GA 30605-2720 (or P. O. Box 5677, Athens, GA 30604-5677). Please note the following on the outside of your envelope: RFQ-014-4384-10. Point of contact for this acquisition is Elaine Wood, Contracting Officer, (706) 546-3534, fax (706) 546-3444, email elaine.wood@ars.usda.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SAA-GA-A/RFQ-014-4384-10/listing.html)
 
Place of Performance
Address: USDA ARS SAA, 236 Schaub Hall, NCSU, Raleigh, North Carolina, 27695-7624, United States
Zip Code: 27695-7624
 
Record
SN02186467-W 20100625/100623235512-25aada4ec703589bcbfcd352194ae793 (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.