Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2003 FBO #0430
SOURCES SOUGHT

66 -- MASS SPECTROMETER

Notice Date
2/3/2003
 
Notice Type
Sources Sought
 
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
SS1-03
 
Archive Date
2/3/2004
 
Point of Contact
Marie W. Hamann, Contract Specialist, Phone (757) 864-2258, Fax (757) 864-7709, Email m.w.hamann@larc.nasa.gov - Susan E. McClain, Contracting Officer, Phone (757) 864-8687, Fax (757) 864-8863, Email s.e.mcclain@larc.nasa.gov
 
E-Mail Address
Email your questions to Marie W. Hamann
(m.w.hamann@larc.nasa.gov)
 
Description
NASA/LaRC is hereby soliciting information for potential sources for a mass spectrometer with the following specifications: Specifications for a Matrix-Assisted Laser Desorption Ionization Time-of-Flight (MALDI-TOF) Mass Spectrometer 1. The MALDI-TOF mass spectrometer shall be either a compact benchtop or floor unit (less than 36" wide by 36" deep, excluding computer equipment). 2. The MALDI-TOF mass spectrometer shall have both linear and reflectron modes. 3. The MALDI-TOF mass spectrometer shall allow for positive and negative ion detection. 4. The MALDI-TOF mass spectrometer shall have the capability of Post-Source Decay (PSD) with a Collision-Induced Dissociation (CID) option (or equivalent) and demonstrate this capability on a compound supplied by the purchaser. 5. The MALDI-TOF mass spectrometer shall have a gridless MALDI source with Pulsed Ion Extraction (PIE) and at least a 2GHz acquisition system. 6. The MALDI-TOF mass spectrometer shall have a demonstratable resolution of greater than 8,000 (FWHM) on compounds supplied by the purchaser. 7. The MALDI-TOF mass spectrometer shall have a mass range of 1 to at least 200,000 daltons in linear mode. 8. The MALDI-TOF mass spectrometer shall have a mass accuracy of plus or minus 0.005% against an internal standard. 9. The MALDI-TOF mass spectrometer shall demonstrate the ability to successfully analyze a polyamide, a polyimide, and a polyester supplied by the purchaser. 10. The MALDI-TOF mass spectrometer shall have a computer controlled UV LASER (N2 @ 337 nm). 11. The MALDI-TOF mass spectrometer shall contain software for data acquisition, processing, and analysis. 12. The MALDI-TOF mass spectrometer shall have a "user friendly" interface to allow for use by multiple researchers. 13. The MALDI-TOF mass spectrometer shall have a multiple position X-Y sample stage with integrated magnifying and observation optics. 14. The MALDI-TOF mass spectrometer shall be capable of automated sample analysis without user intervention. 15. The MALDI-TOF mass spectrometer shall contain a computer, monitor, keyboard, a data archival system, and all necessary components to interface with the mass spectrometer. 16. The MALDI-TOF mass spectrometer shall have software for protein and synthetic polymer data analysis. 17. The MALDI-TOF mass spectrometer shall allow for the on-screen display of the target spot. 18. The MALDI-TOF mass spectrometer system shall contain the ability to remotely access the system through an internet connection for the purpose of diagnostics. 19. The MALDI-TOF mass spectrometer shall contain a "starter" kit of sample plates and matrixes. 20. The MALDI-TOF mass spectrometer shall be backed by at least a one year warranty, include on site training and installation. 21. The MALDI-TOF mass spectrometer shall have yearly maintenance contracts available for purchase after the expiration of the 1-year warrenty. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these cites for the release of any solicitation or synopsis. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references as follows: A statement of capability that clearly demonstrates the offeror's ability to meet each specification (generic marketing brochures that do not clearly demonstrate the offeror's ability to meet each requirement or statements such as "Our firm can satisfy all requirements" without supporting documentation that clearly demonstrates the offeror's ability to meet the requirement will be determined insufficient responses). Include information about the specific product such as product description, specifications and model number(s). Identify your standard terms and conditions, including warranty terms and delivery lead time Provide at least three references to whom the offeror has sold items that meet the government's specifications. The references should be for items sold within the previous three (3) years from the date of this synopsis. For each reference, provide the following information: Name of Business or Government Agency (Federal, State or Local) Name of point of contract, telephone number and e-mail address Brief description of item(s) including model numbers as applicable Date of purchase order or contract Contract or purchase order number Indicate whether the offeror is: A small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZONE business, small disadvantaged business, woman-owned business. The small business size standard for this requirement is: 500 employees pursuant to NAICS code: 334516 Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in Internet "Note A". This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to Marie W. Hamann at m.w.hamann@larc.nasa.gov In responding reference SS1-03. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=23#104287)
 
Record
SN00252370-W 20030205/030203213909 (fbodaily.com)
 
Source
FedBizOpps.gov 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.