Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2010 FBO #3171
SOLICITATION NOTICE

66 -- High Performance Liquid Chromatography System (HPLC)

Notice Date
7/29/2010
 
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-0637
 
Archive Date
8/27/2010
 
Point of Contact
Paula Wilkison, Phone: 301-975-8448, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
paula.wilkison@nist.gov, todd.hill@nist.gov
(paula.wilkison@nist.gov, todd.hill@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
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 SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. 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-44) 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. Questions should be received no later than ten calendar days after the issuance date of this solicitation. All responses to the questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, on the question responses included in the amendment to the solicitation will govern performance of the contract. (end of provision) The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is 100% set-aside for small business. In accordance with the non-manufacturer rule, the contractor shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern. See FAR 19.102(f) for additional information. All offerors shall provide a quotation for the following line item: Line Item 0001: One (1) High Performance Liquid Chromatography System (HPLC). *** Introduction The contractor shall furnish the necessary personnel, material, and equipment to fabricate, deliver, and install one High Performance Liquid Chromatography System (HPLC). Background The Chemical and Biochemical Reference Data Division within the Chemical Science and Technology Laboratory of NIST has projects involving the analyses of complex samples by liquid chromatography-tandem mass spectrometry (LC-MS/MS). One project is to generate tandem mass spectral reference libraries from LC-MS/MS data; another is to develop metrics used to measure the reproducibility of LC-MS/MS experiments. Both of these projects involve replicate analyses of a large number of samples and require a substantial amount of instrument time. For currently available instruments in the division, the limiting factor for sample throughput and reproducibility is the LC instrument. In order to improve upon these limitations, an LC is required that is able to maximize sample introduction into the mass spectrometer and is also able to improve reproducibility of sample separations. The LC must also have reproducible results compared to other LC instruments currently being used in the division. The required LC instrument will be coupled with a new mass spectrometer. Minimum Requirements The detector shall meet or exceed the technical specifications identified below. All items must be new. Used or remanufactured equipment will not be considered for award. The instrument to be acquired is a high performance liquid chromatography (HPLC or LC) system. The instrument must be able to separate sample components in a 1-dimensional or 2-dimensional format. A critical requirement is the ability to utilize two independent nanoflow gradients in parallel where one is used for sample analysis by mass spectrometry while the other is used for washing and sample loading. A second critical requirement is that the instrument must have the ability to load samples onto a trapping device and then perform separations on a second device containing at least 15 cm of stationary phase. At a minimum, the instrument shall include: one loading pump, two binary pumps, valves, a thermostatted well-plate autosampler, and a thermostatted column compartment. Also to be included are all cables and connective devices to permit full integrated operation between all components and a mass spectrometer. The instrument shall be capable of control by third party software for complete integration into a LC-MS/MS system. 1.Loading pump: a.Capable of isocratic flow rate from 1-20 uL/min. 2.Binary pumps: a.Capable of flow rates from 50-500 nL/min without splitting from a higher flow rate. b.Operating at pressures up to 10,000 psi (690 bar). c.Proportioning accuracy < 1%. d.Proportioning precision < 0.5%. e.Gradient delay volume < 25 nL. f.Connections to be made to two 10-port valves (for 1/32” connections) that can operate at 10,000 psi (690 bar). 3.Autosampler: a.Capable of operating at pressures up to 10,000 psi (690 bar). b.Sample tray cooling down to 4 degrees C. c.Sample tray which can be modified to hold either a minimum of 48 standard autosampler vials or one 96-well plate. d.Ability to program automatic needle washes following sample injection. e.Injection volume range from 100 nL to 10 uL. f.Ability to make full or partial loop injections. g.Sample carryover < 0.05%. h.Injection valve with 1/32” connections that can operate at 10,000 psi (690 bar). 4.Column compartment: a.Temperature control from ambient temperature + 5 degrees C up to 40 degrees C +/- 0.1 degree C. b.Must utilize a device to trap sample components prior to sample separation. c.Must have the ability to utilize two prepackaged, self-contained devices for separation of sample components through at least 15 cm of packing material (5 um or less particle size). d.Must have the ability to perform two independent liquid chromatography gradients in parallel so that, at the same time, one is performing sample separation while the other is being cleaned and having the next second sample loaded. 5.Software: a.Must be able to control all components of the HPLC instrument. b.Must be compatible with and controllable by mass spectrometry instruments manufactured by Thermo Scientific. 6.Additional information: a.An ultra violet or visible wavelength detector shall not be quoted in response to this solicitation, as it is not required. b.A personal computer (PC) shall not be quoted in response to this solicitation, as it is not required. Installation The system shall be installed by the Contractor and meet contract specifications no later than two weeks after delivery. Installation, at a minimum, shall include uncrating/unpackaging of all equipment, rigging, set-up and hook-up of the system, demonstration of all specifications, and removal of trash. Onsite installation and demonstration shall be done at NIST, Gaithersburg, Maryland. Training The contractor shall conduct one (1) training session for up to six (6) users at NIST. The training shall provide a thorough demonstration of all system/solution functions, maintenance, data administration, and basic troubleshooting. The training may be completed at NIST immediately after the installation/set-up and on-site inspection and testing, but shall be completed no later than 30 days after installation. Express Warranty The contractor shall warrant the instrument for a period of at least one year. Stronger consideration will be given to offers with warranty periods that exceed one year. Delivery FOB Destination delivery terms are requested, and shall take place within 60 days of receipt of order. 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. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Provisions 52.212-1, Instructions to Offerors-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items Offerors shall 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. 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—Commercial Items including subparagraphs: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-3, Convict Labor; 52.222-19 Child Labor – Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-1, Buy American Act – Supplies 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. INSTRUCTIONS: Central Contractor Registration In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotations Offerors shall submit their quotations so that NIST receives them not later than 12:00 p.m. Eastern Time on August 12, 2010. FAX quotations shall not be accepted. E-mail quotations shall be accepted at paula.wilkison@nist.gov. Please reference the RFQ number in the subject line of email communications. Offerors’ quotations shall not be deemed received by the Government until the quotation is entered in the e-mail inbox set forth above. Quotations shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Paula Wilkison, 100 Bureau Drive, Mail Stop 1640, Gaithersburg, MD 20899-1640. All offerors should ensure the RFQ number is visible on the outermost packaging. Because of heightened security, FED-EX, 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 provided to Paula Wilkison, Contract Specialist on 301-975-8448. Addendum to FAR 52.212-1, Quotation Preparation Instructions 1) Price Quotation: The offeror shall submit an original and one copy of the completed price schedule. If the quotation is submitted electronically, additional copies are not required. The pricing quotation shall be separate from any other portion of the quotation. The offeror should propose a firm-fixed-price, FOB Destination, for each CLIN. Contractor shall state express warranty coverage. Price quotations shall remain valid for a period of 90 days from the date quotations are due. 2) Technical Quotation: The offeror shall submit an original and one copy of the technical quotation. If the quotation is submitted electronically, additional copies are not required. The technical quotation shall address the following: Technical Capability: The offeror shall submit a technical description or product literature for the equipment it is proposing, which clearly identifies the manufacturer, make and model. The offeror must demonstrate that its proposed equipment meets or exceeds each minimum requirement described in the statement of work by providing a citation to the relevant section of its technical description or product literature. If applicable, evidence that the Offeror is authorized by the original equipment manufacturer to provide the item(s) in the quotation should be included. The Offerors shall acknowledge that NIST will not store the equipment onsite before it is installed. Experience: The offeror shall demonstrate the extent to which it has recently manufactured, distributed, and installed similar equipment. Past Performance: The offeror shall provide past performance information regarding relevant contracts over the past five (5) years with Federal, state, or local governments, or commercial customers. If the offeror has no relevant past performance, it may include a statement to that effect in its quotation. The government reserves the right to consider data obtained from sources other than those described by the offeror in its quotation. It is recommended that approximately 3-5 contracts be referenced. Acceptance of Terms and Conditions: This is an open-market solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this solicitation that will include the clauses set forth herein. The quotation should include one of the following statements: “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR “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) Note: 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. QUOTATION EVALUATION: Evaluation Factors Award shall be made to the offeror whose quotation offers the best value to the Government price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability 2) Past Performance, 3) Experience, and 4) Price. All non-price factors, when combined, are approximately equally important to price. Technical Capability: No prototypes, demonstration models, used or refurbished instruments will be considered. Evaluation of technical capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all minimum requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. NIST will give preference to offerors who demonstrate that their proposed equipment exceeds NIST’s requirements. Experience: NIST will evaluate the extent of the offeror’s experience providing similar equipment. NIST will give preference to offerors who demonstrate they have experience delivering the same (or most closely similar) equipment as they are proposing for the current requirement. Past Performance: The Government will evaluate the Offeror's past performance information and, if appropriate, its proposed subcontractors' past performance to determine its relevance to the current requirement and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past five years. In assessing the offeror's past performance information, NIST will evaluate the quality, timeliness, and ability to control cost and schedule of the past work. Evaluation of this factor will be based on information contained in the technical portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the Offeror’s past performance. The Government will assign a neutral rating if the offeror has no relevant past performance information. Price: The Government will evaluate price for reasonableness. Past Performance, Experience and Price shall not be evaluated on quotes that are determined technically unacceptable under the Technical Capability Evaluation factor. 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either (1) the Contracting Officer, or (2) at a level above the Contracting Officer, with the agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999). (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: PATRICK STAINES, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the Protest Decision Authority shall be sent to the following address:NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protest, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230 FAX: (202) 482-5858 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230 FAX: (202) 482-5858 (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0637/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN02222064-W 20100731/100729235238-60d62cc2e35f1e4e570160d5f62245ec (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.