Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

R -- Electron Ionization And Electrospray Ionization Mass Spectra Of Peptides - RFQ SB1341-11-RQ-0751 in Microsoft Word

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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
SB1341-11-RQ-0751
 
Archive Date
10/4/2011
 
Point of Contact
James A. Cariaga, , Cheryl Rice, Phone: 3019753696
 
E-Mail Address
james.cariaga@nist.gov, cheryl.rice@nist.gov
(james.cariaga@nist.gov, cheryl.rice@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION for RFQ SB1341-11-RQ-0751 in Microsoft Word THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIALITEMS 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 quote is being issued using Simplified Acquisition Procedures under the authority of 13.5 Test Program for Certain Commercial Items. Solicitation number SB1341-11-RQ-0751 is being used as Request for Quotation (RFQ). The quote document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. Effective date is August 4, 2011. The associated North American Industrial Classification System (NAICS) code for this procurement is 541712 with a small business size standard of 500 employees. The National Institute of Standards and Technology is seeking services for Electron Ionization And Electrospray Ionization Mass Spectra Of Peptides. All interested Contractors shall provide a quote for the following: LINE ITEM 0001: Quantity One (1 JOB) The contractor shall provide Validation of electrospray and electron ionization mass spectral data of peptides, peptide contaminants and metabolites STATEMENT OF WORK TITLE: ELECTRON IONIZATION AND ELECTROSPRAY IONIZATION MASS SPECTRA OF PEPTIDES I. BACKGROUND INFORMATION This procurement is being conducted for the U. S. Department of Commerce (DOC), National Institute of Standards and Technology (NIST), Material Measurement Laboratory (MML), Chemical and Biochemical Reference Data Division (CBRDD) in Gaithersburg, Maryland. The Mass Spectrometry Data Center (MSDC), a component of the CBRDD, is responsible for the development of NIST/NIH/EPA Mass Spectral Library (the Library, http://nist.gov/srd/nist1.htm ) including software and NIST Chemistry web-book (http://webbook.nist.gov/chemistry/). II. SCOPE OF WORK a. OBJECTIVES/PURPOSE Validation of electrospray and electron ionization mass spectral data of peptides, peptide contaminants and metabolites b. GENERAL: The contractor shall conduct data evaluation of electron ionization and electrospray mass spectra of peptides, peptide contaminants and metabolites, and make recommendations for new measurements and changes in instrument parameters, as well as developing code to support evaluation efforts c. SPECIFIC REQUIREMENTS: Task one, the contractor shall conduct electron ionization and electrospray mass spectral data evaluation of peptides, peptide contaminants and metabolites. The contractor shall verify gas chromatography retention index and mass spectral data (as defined in the document: "The critical evaluation of a comprehensive mass spectral library", published in the Journal American Society for Mass Spectrometry, 1999, vol. 10, p, 287-299. ) of peptides, common contaminants in peptides and common metabolites and their derivatives used in analytical chemistry when needed. Task two: The contractor shall provide recommendations for new measurements and changes in instrument parameters. The recommendations shall be based on accurate evaluation of the quality of mass spectral data using the structure of the compound, and comparing the data to the known good quality electron ionization and electrospray mass spectra of similar compounds This evaluation should involve determining that the spectrum with a given structure is logical (as defined in the above document) by using probable losses from the molecular ion, and well established, rearrangements of ions in the gas phase. The causes of discrepancies shall be established and recommendations for new experiments shall be provided. Task three: The contractor shall develop code to support data evaluation efforts. The code (http://en.wikipedia.org/wiki/Code ) shall be well structured, and be adequately commented (such as short description of algorithm details and portability issues. The Contractor shall test the code, and ensure that it is operational under Windows NT, 2000, XP, Vista and Windows 7 environment operating system releases, and make changes as approved by the Technical Information Contact. In all cases code must be compatible with the existing NIST MS Spectral Search Software code and the associated utility programs used to generate and maintain data and index files. III. PERIOD OF PERFORMANCE The anticipated Period of Performance is: October 1, 2011 - March 16, 2012. IV. PLACE OF PERFORMANCE All services shall be performed at NIST, Gaithersburg, Maryland campus. Normal duty hours at NIST are Monday through Friday with the exception of Federal holidays or other official closures (http://www.opm.gov/operating_status_schedules/fedhol/2012.asp ). V. GOVERNMENT FURNISHED PROPERTY Upon award of this requirement, NIST will provide the contractor with an office, equipment, email and internet access, and NIST library access. The contractor will have an access to all scientific data of the Chemical Reference Data Group. VI. DELIVERABLES PROGRESS REPORT The contractor shall provide monthly progress report to the COTR via electronic mail every second Tuesday of the month. The report shall include details of the prior period's activities, status of development and scheduled performance, and/or any problems, issues or risks identified during this period. It should also detail any resolution on previously identified problems, issues and/or risks. (1) The content of the monthly progress reports shall contain the following:Contractor's name, Contract #, date of report, the period covered by the report, title of report; (2) Description of the progress made against milestones during the reporting period; (3) Results, positive and negative, obtained related to previously identified problem areas, with conclusions and recommendations; (4) Any significant changes to the contractor's organization or method of operation, to the project management network, or to the milestone chart; (5) Problem areas affecting technical or scheduling elements, with background and any recommendations for solutions beyond the scope of contract; (6) Problem areas possibly affecting various aspects of the debt collection program, with background and any recommendations for solutions beyond the scope of contract; (7) Any cost incurred and person-expended for the reporting period and total contractual expenditures for each as reporting dates; (8) Any significant trips and results; (9) Record of all significant telephone calls and any commitments made by telephone; Problem areas possibly affecting various aspects of the debt collection program, with background and any recommendations for solutions beyond the scope of contract; (10) Summary of important meetings, briefings, trips, and conferences during the reported period; (11) Action items requiring the Federal government's resolution; (12) Plans and activities during the following reporting period; (13) Name and telephone numbers of the prepare of the report, and (14) Appendices for any unnecessary tables, references, illustrations and charts. Number/ Reference Description Format Quantity Due Date 1. For each measured spectrum the contractor shall provide the chemical name, all known synonyms, Chemical Abstracts Registry number (CASR#) when available (since the presence of the name/synonyms and of the CASR# simplifies the compound/spectra search process in the Library), chemical formula and the structure. In return for the compensation the contractor will grant to NIST the non-exclusive right to use all of the spectra and structures acquired under this contract in the Library.. The data in an electronically readable format (mol. Files, http://www.chemaxon.com/marvin/doc/user/mol-csmol-doc.html), and measured retention index. All data must be made available to NIST in a digital form (as a NIST user database format). Once a month By the middle of each month 2 Description and causes of discrepancies and recommendations for experiments shall be made. The results of the evaluation shall be submitted.electronically. Microsoft "Word" format. Once a month By the middle of each month 3 The code shall have no critical errors (those cause incorrect output with little or no indication or corrupt existing data or processes) and no major errors (those cause aborts or easily discerned incorrect output). The developed and tested code shall be provided. "Notepad" format. Once a month By the middle of each month 4 Monthly progress report that documents the following for the previous month: Activities accomplished, deliverables completed, outstanding deliverables, any delays, reasons for delays, and recommendations that were brought to the attention of the Technical Information Contact (TIC) or COTR. MS Word via email Once a month Must be completed by the 15 of every month. VII. INSPECTION/ACCEPTANCE or PERFORMANCE REQUIREMENTS SUMMARY The data shall undergo the procedure of acceptance testing. The guidelines for data examination are defined by NIST in the document "The critical evaluation of a comprehensive mass spectral library", published in the Journal American Society for Mass Spectrometry, 1999, vol. 10, p, 287-299. The TIC will provide comments on each deliverable within 3 calendar days from receipt of a given deliverable. The contractor shall make any needed changes to the deliverables within 5 calendar days from receipt of electronic or written comments from the TIC The criteria for acceptance shall be that no more than 3% of spectra submitted to NIST are found to be in need of editing of any kind. VIII. TRAVEL Travel to PITTCON 2012 (March 11-16, 2012. Orlando, Fl) is required. Travel will be reimbursed in accordance with the Federal Travel Regulation (FTR) and FAR 31.205-46 -- Travel Costs. Travel will not exceed the maximum per diem rate (meals and lodging), and transportation costs, in effect at the time of travel. (http://www.gsa.gov/portal/content/104790 ). The contractor shall obtain a written authorization for travel from TIC. IX. Contractor Qualifications: Personnel shall have a degree in chemistry or physics, at least 3 years experience on mass spectrometry, at least 3 years experience on developing chemical databases, and at least 1 year experience on metabolite profiling by GC/MS and ESI MS. (4) GENERAL INFORMATION The services do not involve confidential or proprietary data. The certification and accreditation requirements of Clause 1352.239-73 do not apply and a security accreditation package is not required. Safety: The Contractor employee shall be responsible for knowing and complying with NIST installation safety prevention regulations (http://www-i.nist.gov/mml/safety/policies/index.htm. ).. Such regulations include, but are not limited to, general safety, fire prevention, and waste disposal. Patent Rights: The Government retains a Government use license to all inventions arising from this work. Security: NIST is a restricted campus. An identification badge is required for access for entry into buildings and also is shown to the armed Security Police when entering the campus. Identification Badges: Contractor employees shall comply with NIST identification and access requirements. The Contractor employee is responsible for absences due to expired identification and access documents. Each Contractor employee shall wear a visible identification badge provided by the NIST Security Office. The badge must show the full name, title, and if required by NIST, the words "Contractor" in front. The Contractor employee shall turn in the NIST identification badge and vehicle pass to the TIC or Contracting Officer (CO) upon termination of their services under this contract. Vehicle Registration: All Contractor employees must register their vehicles with the NIST Security Office to gain access to the campus. A valid driver's license, Government-furnished civilian ID, proof of insurance and current registration must be presented to the NIST Security Office, at which time a NIST vehicle pass will be issued. The pass shall be displayed on the vehicle's rear view mirror in accordance with instructions. The Contractor employee shall follow NIST procedures for removal and turn-in of the vehicle pass upon termination of services under this contract. Media Inquiries: The Contractor employee shall not respond to any media inquiries. Any inquiries from the media shall be immediately relayed to the TIC and/or CO. There shall be no interviews, comments, or any other response without the knowledge and approval of the NIST Director. PROVISIONS AND CLAUSES: The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html or www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS FAR 52.212-1 is hereby amended to reflect the changes shown below as to the specific paragraph revised. Para (b) Submission of Offers. The following amends this paragraph with respect to the information and documents required for submission in response to this quotation. Para (j) Data Universal Numbering System (DUNS) / CAGE Code. The offeror shall obtain these Codes and submit them to Contracting Center (www.ccr.gov). Registration required in the Central Contractor Registration (CCR). Award cannot and shall not be made to an offeror without these codes (1) Period of Acceptance of offers, FAR 52.212-1, paragraph ( c ) is amended as follows: Quoted prices remain valid for acceptance for a minimum of 60 days from receipt of quotes. (2) ELECTRONIC OFFERS. Offerors may submit electronic offers in response to this quotation. The offer must arrive by the time specified in the Combined synopsis solicitation to the following email address or by fax: James.cariaga@nist.gov Fax: 301-975-3839 (3) The Government will not be responsible for any failure of transmission or receipt of the offer, or any failure of the offeror to verify receipt of the emailed offer. (4) SUBMISSION OF OFFERS. All quotes and supporting documentation must be received at this office not later than the date/time specified in this combined/synopsis solicitation. Please note that your offer must include all of the following information. Submit quotes in two separate parts as follows: 1. Technical Approach: The Offeror shall submit a detailed approach and ability to satisfy the requirements outlined in the Statement of Work (SOW). The approach shall address the requirements and reflect a clear understanding of the work to be performed. 2. Qualifications of Personnel: The offeror shall submit a resume and shall include a list of key personnel proposed to perform the work. The resume shall include name, education, experience, and the name of the contractor or subcontractor for whom they would work on this statement of work. The minimum qualifications are outlined in the SOW. 3. Price Quotation: The Offeror shall submit an original and one copy of the complete 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 shall propose a firm-fixed price. Price quotations shall remain valid for a period of 90 days from the date quotations are due. (END ADDENDUM TO FAR 52.212-1) ADDENDUM TO FAR 52.212-2 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a) 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 lowest price technically acceptable quote. The following factors shall be used to evaluate offers: 1. Factor A - Technical Approach NIST will evaluate the extent to which the offeror's quote demonstrates in detail how it intends to satisfy the requirements in the Statement of Work and to identify and resolve technical risk. NIST will also evaluate the extent to which the offeror's quote demonstrates their approach for ensuring work quality and on-time completion of tasks and deliverables. 2. Factor B - Key personnel Qualifications NIST will evaluate the extent to which the offeror's quote demonstrates the ability of the personnel responsible for fulfilling the requirements and their qualifications. Such evidence might include resumes, letters of commitment, education, and previous experience. The government has the right to consider data obtained from other sources. 3. Factor C -- PRICE The proposed price will be evaluated but not scored. Proposed price must be entirely compatible with the technical proposal. NIST will perform a realism analysis to determine the probable price of performance for each offeror. NIST will use the probable price for purposes of evaluation to determine best value. (b) Options. Not applicable to this requirement. (c) Not applicable to this requirement (END ADDENDUM TO FAR 52.212-2) 52.212-3 Offerors Representations and Certifications- Commercial Items 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: 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to implement Statutes or Executive Orders-Commercial. Considered checked applicable as listed below. 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28 Post Award Small Business Program Representation 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 52.222-36 Affirmative Action for Workers with Disabilities; 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. All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: James Cariaga, Building 301, Room B129, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. This is a 100% small business set-aside Combined Synopsis/Solicitation for services 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 quote 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 quote 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 not accept the quoted price. DUE DATE FOR QUOTE: ***Submission shall be received not later than 9:00 a.m. EST on September 19, 2011 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attention: James Cariaga. Offerors' quotations shall not be deemed received by the Government until the quotation is entered in the e-mail inbox of James Cariaga. Any questions or concerns regarding this quote should be forwarded in writing via e-mail to the Contract Specialist (James Cariaga) at james.cariaga@nist.gov 3:00 PM September 09, 2011. FAXED QUOTES WILL NOT BE ACCEPTED. EMAILED QUOTES WILL BE ACCEPTED. 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 James Cariaga at 301-975-8801. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-11-RQ-0751 /listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02568114-W 20110910/110909001116-247c4db8203f985e88771dc3caaa17ed (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.