Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 2,1999 PSA#2316

DHHS/PHS/FDA/Office Of Facilities, Acquisition, And Central Services, Division of Contracts and Program Management, HFA-512(COB), 5600 Fishers Lane, Rockville, MD 20857

66 -- LASER DESORPTION TIME OF FLIGHT MASS SPECTROMETER SOL 221-99-2004 DUE 041599 POC Patricia Wright, Contract Specialist (301) 827-7163/M. Deborah Smith-Castle (301) 827-7160 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with addition information included in this notice. The announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ No. 221-99-2004). The solicitation clauses and provisions are those in effect through Federal Acquisition Circular 97-10. The Standard Industrial Classification (SIC) Code for this acquisition is 3826. This is an unrestricted solicitation. The Food and Drug Administration (FDA) has a need for a Mass Spectrometer with the following minimum specifications: 1. Instrument Configuration: I. Time of Flight (TOF) mass analyzer with reflectron. II. Matrix Assisted Laser Desorption Ionization with a variable ion source voltage up to 30kV. III. Nitrogen UV laser (337 wavelength) and Nd:YAG laser -- a. Both lasers must be mounted on the instrumenton separate optical benches. b. Choosing either laser for ionization will be under software control and will not require the physical movement of either laser. c. The Nd:YAG laser must be a Continuum Minilite II or equivalent. d. The Nd:YAG laser must have software controlled variable power output over the range of 1-8 mJ at the emission wavelength 355nm. e. The Nd.YAG laser must be provided with all options needed to operate at 1064nm, 532nm, 355nm, and 266nm. IV. Instrument A/D rate of 2 GHz or faster, with ethernet transfer and multiple spectra acquisition. V. Sample viewing camera with high resolution CCD camera. VI. Ion gate and at lease 2 grids. 2. Performance Specifications: I. Resolution: Reflectron 15,000 (FWHM) @ m/z 5731, Linear 4,000 (FWHM) @ m/z 2465, Linear 1,000 (FWHM) @ m/z 12361. II. Mass Accuracy: Reflectron, Internal calibration 10 ppm RMS @ m/z 1347, Reflectron, External calibration 50 ppm RMS @ m/z 2465, Linear Internal 200ppm RMS @ m/z 16952, Linear Internal 100 ppm RMS @ m/z 1347.7, Linear External 300 ppm RMS @ m/z 23981.9. III. Sensitivity: Reflectron 1fmole [Glu1] -- Fibrinopeptide B (1569Da), 5:1 S/N, and Linear 10fmol [Glu1] -- Fibrinopeptide B (1569Da), 5:1 S/N. 3. Quality Controls: I. Instrument hardware must be manufactured and traceable to a ISO 9000 certified standard. II. All software including instrument control and protein sequencing/interpretation software must be traceable to a ISO 9000-3 certified or equivalent standard. 4. Software and Data Processing System: I. A PC based system is required to provide a simple, easy to use, windows (Windows NT preferred) based system, compatible with user data systems and provide a low cost option for additional data processing stations. II. Minimum data system requirements -- a. 450, MHz pentium computer. b. 128 MB of ECC SDRAM. c. 10Base-T or 100Base-TX fast Ethernet card. d. 9 GB nd 18GB Wide UltraSCSI disk drives. e. Windows NT 4.0 operating system software. f. 21 inch color monitor which supports screen resolutions of 1800 x1400 with a refresh rate of 80 Hz. g. Laser printer equivalent to Hewlett-Packard Laserjet 6P. III. Instrument control and data acquisition software, documentation and two user licenses. IV. Software for protein, peptide and nucleic acid oligomer interpretation shall be provided. V. Software for the deconvolution of multiply charged species shall be provided. VI. Software for the automated acquisition and processing of protein sequence data shall be provided. A minimum of (3) three days of on-site training must be provided. The offeror shall warrant normal operation of equipment and provide needed maintenance for a period of one year following installation. The offeror shall provide descriptive literature showing that the product offered conforms to the specification listed, and demonstrate that they can supply the instrument with all the particular or unique equipment used in demonstrating acceptable results. The offeror shall deliver equipment to the FDA, 200 C Street, SW, Washington, DC 20204, and installwithin (90) ninety days after award and notify the Project Officer at least 1 week prior to delivery. The following FAR provisions apply to this solicitation: 52.212-1, Instructions to Offerors -- Commercial Items. All offerors are to include with their proposal, a completed copy of provision 52.212-3 Offeror-Commercial Items. 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 Statues or Executive Orders -- Commercial Items. Quotes submitted in response to this solicitation shall be submitted by April 15, 1999, 3:00 p.m. Eastern Time to the attention of the Contract Specialist. An award will be made resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Posted 03/30/99 (W-SN314108). (0089)

Loren Data Corp. http://www.ld.com (SYN# 0633 19990402\66-0021.SOL)


66 - Instruments and Laboratory Equipment Index Page