Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2012 FBO #3760
SOLICITATION NOTICE

66 -- High Performance Liquid Chromatography (HPLC) / Tandem Mass Spectrometer System

Notice Date
3/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
1100770
 
Archive Date
3/30/2012
 
Point of Contact
Howard Nesmith, Phone: 870-543-7459
 
E-Mail Address
howard.nesmith@fda.hhs.gov
(howard.nesmith@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) format in 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 government intends to issue a Purchase Order in accordance with FAR PART 13.106 for the attached requirement under Simplified Acquisition Procedures. The solicitation number is 1100770. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-56, March 2, 2012. The associated North American Industry Classification System (NAICS) Code is- 334516 - Analytical Laboratory Instrument Manufacturing; Small Business Size Standards is 500 in number of employees. Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method their complete proposal and any additional documents before 9:00 am (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on March 15, 2012 to howard.nesmith@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, OC/OSS/OAGS, Attention of Howard Nesmith, 3900 NCTR Road, Jefferson, AR 72079-9502. PLEASE NOTE - The above contact information is for the Contracting Office and not necessarily the delivery address. The delivery address is indicated in the FOB Destination section below. When appropriate, Respondents should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time. For information regarding this solicitation, please contact Howard Nesmith by e-Mail at howard.nesmith@fda.hhs.gov, Phone (870) 543-7459, or FAX (870) 543-7990. The Food and Drug Administration is soliciting quotes for a High Performance Liquid Chromatography (HPLC) / Tandem Mass Spectrometer System for Inhalation Toxicology Chemistry Support with no less than a one (1) tear warranty. This instrumentation will also require post warranty maintenance for optimal performance. Any award(s) resulting from this solicitation are contingent on the availability of funds within the 2012 Fiscal Year. Quotes shall be valid thru September 30, 2012. If each Option Period increases in price the Respondent must provide an explanation for the bases of each increase. Item #1 HPLC/Tandem Mass Spectrometer System System Shall Have The Following Requirements: - System shall be a commercially available unit that is an integrated package, enabling all components to be controlled via one computer software package. - The mass spectrometer ion source shall have interchangeable atmospheric pressure chemical ionization and electrospray probes. - The source shall have an HPLC flow rate compatability of up to 3000 ul/min, operating in either the APCI or ESI mode and should be compatible with 100% aqueous to 100% organic flow. - The mass spectrometer shall have ion guides or pre-filters at the appropriate position to help focus the ions. The first mass RF quadrupole is followed by a collision cell for high efficiency MS/MS fragmentation, followed by a second mass analyzer, which should be a quadrupole mass filter or linear ion trap. - The interface between the HPLC and mass spectrometer shall have a curtain gas barrier to help maintain mass analyzer cleanliness and optimize ion declustering, enabling the analysis of complex matrices, such as urine and plasma over long periods of time. - The Data System shall be Windows operating system-based and capable of multi-tasking, such as simultaneous data acquisition and data processing. - The mass spectrometer shall be capable of rapid scanning (such as up to 4000 amu/sec in linear ion trap mode and 2400 amu/sec in RF/DC mode) and have a mass range of up to 1700 m/z. The instrument shall be able to switch between positive and negative ion mode. - The system shall be capable of traditional RF/DC scan modes. The following scanning capabilities are also desired: enhanced resolution mass scanning, enhanced MS/MS and MS/MS/MS scanning, as well as information dependent acquisitions within a single LC/MS or LC/MS/MS run. - The system shall be capable of performing product ion scanning, precursor ion and neutral loss scanning, for structural elucidation work. - The HPLC systems shall be capable of delivering a constant flow and pressure to ensure stable HPLC/MS/MS analysis. The nominal range of flow settings shall be up to 5 ml/min (40 MPa) or greater at an accuracy of 1% or better. - The HPLC system (two pumps) shall be capable of delivering a gradient profile, with step, linear and exponential functions. - The Autosampler shall have sample cooling capabilities. - The Autosampler shall accommodate standard sample vial configurations. - The Autosampler shall have sample injection repeatability of RSD <0.5% for a 10ul injection. The carryover should be less than 0.01%. - The column oven shall be capable of maintaining a temperature range of -10 degrees or +60 degrees from ambient. - The degasser unit shall be capable of removing dissolved gases in mobile phases. - On-site installation and basic training shall be included. - Shipping costs shall be included in quote. Quantity: One Unit Price: _____________________ Extended Price: _________________ Make:__________________________ Model:_________________________ Part Number:____________________ GSA Contract Number (if applicable): ________________________ Item #2 Base Period - 1-Year Preventive/Maintenance Agreement To begin the day after warranty expires Quantity: 12 Months Unit Price: _____________________ Extended Price: _________________ Item #3 Option Period #1 - 1-Year Preventive/Maintenance Agreement To begin the day after the above Base Period expires Quantity: 12 Months Unit Price: _____________________ Extended Price: _________________ Item #4 Option Period #2 - 1-Year Preventive/Maintenance Agreement To begin the day after the above Option Period #1 expires Quantity: 12 Months Unit Price: _____________________ Extended Price: _________________ Item #5 Option Period #3 - 1-Year Preventive/Maintenance Agreement To begin the day after the above Option Period #2 expires Quantity: 12 Months Unit Price: _____________________ Extended Price: _________________ Item #6 Option Period #4 - 1-Year Preventive/Maintenance Agreement To begin the day after the above Option Period #3 expires Quantity: 12 Months Unit Price: _____________________ Extended Price: _________________ FOB Destination - U.S. Food and Drug Administration, NCTR/DHHS/FDA, 3900 NCTR Rd., Jefferson, AR 72079. Contract Type - Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. CCR REQUIREMENT - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the items offered to meet the Government's requirement. (ii) Price. The government will award the purchase order to the lowest price technically acceptable quote. Technical acceptability will be determined by review of information submitted by the quoter which must provide a description in sufficient detail to show that the product/service quoted meets the Government's requirement. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The clause at FAR 52.217-9, Option To Extend The Term Of The Contract. (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within one calendar day before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years (excludes equipment, delivery, installation, and warranty period). (End of clause) The following additional FAR clauses cited in this clause are applicable: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. Service Records and Reports The Contractor shall, commensurate with the completion of each service call (inclusive of warranty service), provide the end-user of the equipment with a copy of a field service report/ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment being serviced/repaired and detailing the reason for the service call, a detailed description of the work performed, the test instruments or other equipment used to affect the repair or otherwise perform the service, the name(s) and contact information of the technician who performed the repair/service, and for information purposes, the on-site hours expended and parts/components replaced. In addition, the Contractor shall provide monthly reports to the FDA COR and Contract Specialist, not later that the 5th work day following the end of each month, summarizing all maintenance and repair activities (including warranty work) for the previous month; negative reports are required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1100770/listing.html)
 
Place of Performance
Address: U.S. Food and Drug Administration, NCTR/DHHS/FDA, 3900 NCTR Rd., Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN02693004-W 20120311/120309234833-c2cb4f2f4425527e61173a9f33b553ea (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.