Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2014 FBO #4625
MODIFICATION

66 -- APCI Source Upgrade

Notice Date
7/22/2014
 
Notice Type
Modification/Amendment
 
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 B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
NB646020-14-02104
 
Archive Date
8/14/2014
 
Point of Contact
Erik Frycklund, Phone: 3019756176, Andrea A Parekh, Phone: (301)975-6984
 
E-Mail Address
erik.frycklund@nist.gov, andrea.parekh@nist.gov
(erik.frycklund@nist.gov, andrea.parekh@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 a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-75 effective May 30, 2014. 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 a 100% small business set aside. BACKGROUND The National Institute of Standards and Technology (NIST) Chemical Sciences Division(CSD) performs measurements regarding the identification and quantification of organic chemical compounds in various matrices of environmental, nutritional, and clinical nature. High resolution mass spectrometry can be used for the identification of unknown compounds in these materials. Ionization of the organic compounds is essential to detection by high resolution mass spectrometry, and multiple commercial modes of ionization exist, including electrospray ionization (ESI), atmospheric pressure chemical ionization (APCI), and atmospheric pressure photoionization (APPI). The current high resolution mass spectrometer in the CSD is a Thermo Q-Exactive Orbitrap Mass Spectrometer (P/N QLAAEGAAPFALGMAZR, S/N SN01464L). The current ionization capabilities of the Q-Exactive Mass Spectrometer are limited to electrospray ionization (ESI). The proposed acquisition is for two items to add capabilities for atmospheric pressure chemical ionization (APCI) and atmospheric pressure photoionization (APPI) to the NIST-owned instrument, a Thermo Q-Exactive mass spectrometer. The addition of these capabilities will provide enhanced chemical analysis of foods, food products, dietary supplements, environmental samples, and other NIST reference materials. This is brand name only requirement. The manufacturer of the NIST-owned Q-Exactive mass spectrometer, Thermo Fisher Scientific, Inc., is the sole manufacturer of the APCI source and the APPI upgrade kit and owns all proprietary rights to the Q-exactive mass spectrometer and the required upgrades. No other manufacturer of mass spectrometry parts can produce parts that are compatible with the Q-Exactive mass spectrometer. LINE ITEMS Responsible quoters shall provide pricing for the following line items. All equipment must be new. Used or remanufactured equipment shall not be considered for award. LINE ITEM 0001: Quantity one (1) each ThermoFisher Brand APCI source. Part number OPTON-20012 LINE ITEM 0002: Quantity one (1) each ThermoFisher Brand APPI Upgrade. Part number OPTON-20026 LINE ITEM 0003: The Contractor shall provide, at a minimum, a one year warranty for the equipment. Warranty shall include all parts and labor. Warranty shall be on-site or return to vendor as deemed necessary by the Contractor. If on-site, all travel costs shall be included in the warranty. If return to vendor, all shipping charges and all responsibility for the shipments to and from NIST, shall be the responsibility of the Contractor. Warranty service must be provided Monday through Friday during normal working hours. Warranty service outside of normal working hours is not required. Prior to final acceptance by the Government, Line Items 0001 and 0002 must meet all of the following requirements • All electrical and gas connections of the APCI/APPI source must connect with the current Thermo Q-Exactive mass spectrometry system without hardware modifications. The method of connection will be by a "plug-and-play" installation method onto the Q-Exactive sample introduction interface. • All ionization settings (e.g., voltage, gas flow, polarity, temperature) must be controllable through the NIST owned Thermo Xcalibur v. 2.2 mass spectrometry software. • The APCI source must include a corona discharge needle capable of a corona discharge current of up to 100 µA. • The APPI source must include a Krypton lamp which can emit photons at 10.0 and 10.6 eV. • APCI/APPI sources must be compatible with solvent flow rates up to 2 mL/min without splitting. • The purchase of this equipment will not include software for operation of the instrument, but the equipment must be compatible with the current MS software (Thermo Xcalibur v. 2.2). Affiliated software (Thermo Xcalibur v. 2.2) has already been procured and vetted by NIST security requirements. • Installation and training for this equipment is not required. DELIVERY Delivery shall be completed no later than 60 days from the date of award. 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 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. EVALUATION OF QUOTATIONS The Government will award a purchase order resulting from this solicitation to the responsible quoter whose quotation, conforming to the solicitation, is the lowest price, technically acceptable quotation. Price will be evaluated for reasonableness. PROVISIONS AND CLAUSES The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov. Click on Federal Acquisition Regulation. The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial; and 52.212-3, Offeror Representations and Certifications - Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at www.SAM.Gov. If paragraph (j) of the provision applies, 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 Items (May 2014) including subparagraphs: 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 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1, Buy American Act -Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.247-34 FOB Destination; 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. REQUIRED SUBMISSIONS All quoters shall submit the following: 1) Documentation and/or product literature which clearly demonstrates that the quote meets all requirements of all line items; 2) A price quotation which provides FOB Destination pricing for the required item; 3) This is an 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 quoter 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 quoter 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: 4) The DUNS # for the quoter's active System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov to be considered for award; All Submission must be received by 12:00pm EST time on July 30th, 2014 E-MAIL QUOTES SHALL BE ACCEPTED. FAX QUOTES SHALL NOT BE ACCEPTED. E-mail quotes will be considered received when they enter into the electronic inbox of Erik Frycklund at erik.frycklund@nist.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB646020-14-02104/listing.html)
 
Record
SN03433856-W 20140724/140722235607-bb56cbb8dfce9d56cf9b9c7e56e93375 (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.