Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2010 FBO #3169
SOLICITATION NOTICE

66 -- High Performance Liquid Chromatrography System (HPLC)

Notice Date
7/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-10-RQ-0583
 
Archive Date
8/25/2010
 
Point of Contact
Joshua D. Holliday, Phone: 3019758497, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
joshua.holliday@nist.gov, todd.hill@nist.gov
(joshua.holliday@nist.gov, todd.hill@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. ***This solicitation is being issued using Simplified Acquisition Procedures.*** ***This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is unrestricted and all interested Contractors may submit a quotation.*** ***All interested Contractors may provide a quote for the following: Line Items 0001-0008 comprise a complete High Performance Liquid Chromatography (HPLC) System. The Government intends to make a single award as a result of this solicitation. Line Item 0001: Quantity One (1) High Performance Liquid Chromatography System (HPLC), which shall meet or exceed the following minimum specifications: 1. The high performance liquid chromatography system (HPLC) must include a solvent holding rack, solvent degasser, binary or quaternary HPLC gradient pump, autosampler, temperature-controlled column oven, ultraviolet-visible diode array detector with analytical flow cell, computer and software for control of system and analysis of detector output, and all consumables, including column, all necessary connection hardware and solvent and waste storage containers. Line Item 0002: Quantity One (1) Solvent Holding Rack/Solvent Degasser, which shall meet or exceed the following minimum specifications: 1. The system shall provide a rack for safe and secure storage of solvent bottles. 2. The system shall provide vacuum degassing for at least two (2) mobile phases. Stronger consideration will be given for a system that provides extra channels, up to five (5), for degassing additional solvents, including the rinse phase for the autosampler (see below). Line Item 0003: Quantity One (1) HPLC Gradient Pump, which shall meet or exceed the following minimum specifications: 1. The system shall include at least two (2) pumps and an appropriate mixing chamber to provide a continuous gradient in the mobile phase concentration. 2. The concentration profiles shall be user settable via the supplied PC. 3. Flow rates for the individual pumps shall provide outputs ranging from at least 0.1 µL/min to 5.0 µL/min, and the supplied mixer should operate at flows down to 250 µL/min, and should not exceed an internal volume of 200 µL. 4. Maximum output pressure shall be at least 40 MPa. Stronger consideration will be given for a system that provides greater output pressures, while still maintaining the specified flow rates and mixer specifications. Line Item 0004: Quantity One (1) Autosampler, which shall meet or exceed the following minimum specifications: 1. The system shall include an autosampler capable of random access to >150 vials of volume 1.0 - 1.2 mL. 2. Sample injection volume shall be variable and cover the 1 - 100 µL range with injection volume accuracy throughout the range of ± 1%. Stronger consideration will be given for a system that provides improved injection volume accuracy and a larger sample injection volume range, particularly volumes greater than the specified maximum. 3. Sample volume shall be settable via the supplied PC. 4. The autosampler shall be temperature controlled from 4ºC to 40ºC (assuming a 22ºC ambient temperature). 5. The autosampler shall have an operating pressure of at least 20 MPa. Stronger consideration will be given for a system that provides a greater operating pressure. 6. A needle rinse capacity shall be included, and sample carryover shall be less than 0.005%. Line Item 0005: Quantity One (1) Temperature-Controlled Column Compartment, which shall meet or exceed the following minimum specifications: 1. The system shall include a temperature-controlled column compartment capable of maintaining temperatures ranging from at least 10ºC below ambient temperature to 70ºC. Stronger consideration will be given for a system that provides a larger temperature range. 2. Temperature stability shall be ± 0.1ºC throughout the temperature range. 3. Oven shall be able to store at least 6 columns of 25cm length. Stronger consideration will be given for a system that provides a larger storage capacity, including the ability to maintain flow selection valve, injectors, and gradient mixers at the oven temperature. 4. Oven temperature shall be programmable in time via the supplied PC. Line Item 0006: Quantity One (1) Ultraviolet-Visible Diode Array Detector with Analytical Flow Cell, which shall meet or exceed the following minimum specifications: 1. Detection of chromatography column output shall be based on ultraviolet-visible absorption measured with a diode array detector. 2. Wavelengths measured shall range from 190 nm - 800 nm with a dual light source consisting of deuterium and tungsten lamps. 3. Provision for determining the wavelength accuracy shall be made through calibration with a strong, sharp emission line, either within the light source itself or with an external lamp. 4. The diode array shall include at least 512 diode elements for detection. Stronger consideration will be given for a system that provides a greater number of diode array elements. 5. The detector light source shall include a selectable slit width to switch between a high-resolution mode (to yield resolution ranging from 0.5 - 2.0 nm) and a low resolution mode, higher sensitivity mode (resolution typically 6 - 10 nm). 6. Linearity of the detector to within 5% shall be maintained to at least 2.0 absorbance units (AU). Stronger consideration will be given for a system that provides greater detector linearity range. 7. A flow cell shall be included with a path length of at least 10 mm and a volume of (10 - 15 µL). 8. The cell shall have a pressure tolerance of at least 12 MPa. Stronger consideration will be given for a system that provides greater pressure tolerance. 9. Overall drift shall be less than 0.5 mAU/hour and noise should not exceed 6 µAU at specified wavelengths. 10. The sampling rate shall be at least 100 Hz. Line Item 0007: Quantity One (1) Computer and Control Hardware and Data Collection/Analysis Software, which shall meet or exceed the following minimum specifications: 1. A Windows XP Professional-based PC shall be provided with a 22" or greater flat-panel LCD monitor for system control and data acquisition. 2. The PC shall include an Intel Core 2 Duo processor or better with at least 2 GB of system memory, >150 GB hard disk, and DVD+/-RW drive. 3. The computer system shall include a standard three-year warranty. 4. The software for the control of the system and for data acquisition shall be included and installed on the PC. 5. The autosampler, oven, pumps, and diode array detector shall be controlled from the PC, and the system shall store data from the diode array detector to the capacity of its internal hard disk drive. Stronger consideration will be given for a system that provides the ability to control the system via a standard web browser (from a PC other than the one provided). 6. The software shall perform automatic integration of the observed peaks and allow the display and analysis of ultraviolet spectra at any point along the chromatogram. Stronger consideration will be given for a system that provides software that allows 3D views of diode array spectra and chromatograms and independent analysis of these spectra. 7. Manual integration of the observed peaks shall be available within the software. 8. The system shall connect to the PC through a centralized control module (RS-232, USB, or TCP/IP). Stronger consideration will be given for a system that provides a centralized control module that buffers data in case of PC malfunction. Line Item 0008: Quantity One (1) Column and Connection Hardware, which shall meet or exceed the following minimum specifications: 1. The system shall include all hardware necessary for the operation of the apparatus, including all fittings, tubing, solvent bottles, and waste containers. 2. An end-capped C18 column, similar in characteristics to a Restek Corp Pinnacle DB C18 column, shall be provided. 3. Physical characteristics shall be appropriate to the pressures and flow rates of the components of the system. Installation/Training for Line Items 0001-0008: 1. The Contractor shall install the system at NIST and conduct one (1) day training session on operation of the equipment on-site at NIST. Training may be conducted immediately after installation, but shall be completed no later than 30 days after installation. Delivery terms shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. Evaluation Criteria: Award shall be made to the quoter whose quote offers the best value to the Government, technical capability, past performance, and price will be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Minimum Specifications," 2) Past Performance and 3) Price. Technical capabilities, and past performance, when combined, are more important than price. Technical Capability is more important than Past Performance. The importance of price in the evaluation will increase with the degree of equality among quotations of the non-price factors. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature that addresses all technical requirements, and that clearly documents that the offered product meets technical requirements stated above. Line Items 0001-0008 comprise a complete High Performance Liquid Chromatography (HPLC) System. The Government intends to make a single award as a result of this solicitation. Stronger Considerations: Under the Technical Capability factor, stronger consideration will be given for a system that exceeds the minimum requirements as listed above. For Line Item 0002, Specification #2: Stronger consideration will be given for a system that provides extra channels, up to five (5), for degassing additional solvents, including the rinse phase for the autosampler. For Line Item 0003, Specification #4: Stronger consideration will be given for a system that provides greater output pressures, while still maintaining the specified flow rates and mixer specifications. For Line Item 0004, Specification #2: Stronger consideration will be given for a system that provides improved injection volume accuracy and a larger sample injection volume range, particularly volumes greater than the specified maximum. Specification #5: Stronger consideration will be given for a system that provides a greater operating pressure. For Line Item 0005, Specification #1: Stronger consideration will be given for a system that provides a larger temperature range. Specification #3: Stronger consideration will be given for a system that provides a larger storage capacity, including the ability to maintain flow selection valve, injectors, and gradient mixers at the oven temperature. For Line Item 0006, Specification #4: Stronger consideration will be given for a system that provides a greater number of diode array elements. Specification #6: Stronger consideration will be given for a system that provides greater detector linearity range. Specification #8: Stronger consideration will be given for a system that provides greater pressure tolerance. For Line Item 0007, Specification #5: Stronger consideration will be given for a system that provides the ability to control the system via a standard web browser (from a PC other than the one provided). Specification #6: Stronger consideration will be given for a system that provides software that allows 3D views of diode array spectra and chromatograms and independent analysis of these spectra. Specification #8: Stronger consideration will be given for a system that provides a centralized control module that buffers data in case of PC malfunction. Past Performance: Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractors history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its affiliates. Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. The Contractor must include the references name, contact person, and contact information in the quotation. Price: Quoted price will be evaluated for reasonableness. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items; 52.217-5 Evaluation of Options.*** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. ******The following clauses apply to this acquisition: 1. 52.212-4 Contract Terms and Conditions-Commercial Items; 2. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: a. 52.219-28 Post Award Small Business Program Rerepresentation b. 52.222-3 Convict Labor c. 52.222-19 Child Labor - Cooperation With Authorities And Remedies d. 52.222-21 Prohibition of Segregated Facilities e. 52.222-26 Equal Opportunity f. 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans g. 52.222-36 Affirmative Action for Workers with Disabilities h. 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans i. 52.225-3 Buy American Act - Free Trade Agreement - Israeli Trade Act Alternate I of 52.225-3 j. 52.225-13 Restriction on Certain Foreign Purchases, and k. 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. ***Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** WARRANTY: The Contractor shall provide at a minimum, a one year warranty for the equipment. Please provide a description of the warranty provided for this equipment. Please include the following details: 1. Length of warranty 2. What is included? (Parts, Labor) 3. Is the warranty on-site or return to vendor? a. If on-site is travel included? b. If return to vendor is shipping to and from NIST included? ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Items 0001-0005; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s); 5) A list of three (3) references which includes the contact's name, phone number, and e-mail; 6) Country of Origin information for each line item.*** ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Joshua Holliday, Building 301, Room B175, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. ***Submission shall be received not later than 3:00 p.m. local time on August 10, 2010 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B175, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attention: Joshua Holliday. Because of heightened security, FedEx, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. For non-U.S. citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Offerors shall submit their quotations so that NIST receives the complete quotation not later than 3:00 PM Eastern Time on August 10, 2010. FAX quotations shall not be accepted. E-mail quotations shall be accepted at joshua.holliday@nist.gov. E-mail quotations shall not be deemed received until the quotation is is entered in the e-mail inbox of Joshua Holliday. ***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0583/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02218740-W 20100729/100727235022-692a00128a75fdb2c4c21f6af8f36560 (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.