SOLICITATION NOTICE
66 -- VARIAN 1200 TRIPLE QUAD GAS AND LIQUID CHROMATORGRAPH WITH TANDEM MASS SPECTROPHOTOMETERS (DEMONSTRATION UNIT)
- Notice Date
- 7/17/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-7-1902-016
- Response Due
- 7/23/2007
- Small Business Set-Aside
- Total Small Business
- Description
- The USDA, Agricultural Research Service (ARS), intends to negotiate solely with Varian, Inc. in Walnut Creek, California to furnish and deliver a 1200 Triple Quad Gas and Liquid Chromatograph with Tandem Mass Spectrophotometers (DEMONSTRATION UNIT), inclusive of all accessories to the USDA, ARS, Pasture Systems and Watershed Management Research Unit in University Park, Pennsylvania in accordance with the terms, conditions, and specifications contained in this document. The Contractor shall furnish all labor, equipment, materials, tools, services and supervision necessary to provide the SCHEDULE OF ITEMS. ITEM NO. 01, Triple Quad Gas and Liquid Chromatograph with Tandem Mass Spectrophotometers, Model 1200, inclusive of all accessories, THIS IS A DEMONSTRATION UNIT WITH NO MORE THAN 100 HOURS OF USAGE. Quantity: 1 YR; Unit Price; Amount. Item 02: On-site Training: Quantity: 1 JB; Unit Price; Amount. Item 03: Training at Contractor?s Facility; Quantity: 1 EA; Unit Price; Amount. Item 04: Extended Service Agreement: Quantity: 1 YR; Unit Price; Amount. Item 05: Shipping - Quantity: 1 JB; Unit Price; Amount. NOTE: The Contractor shall prepay and add freight cost as a separate line item in accordance with the F.O.B. Destination clause. ALL THIS FOR A TOTAL OF $_____. ITEMS NO. 03 & 04 - The Contractor shall provide pricing and is pending availability of funding. GOVERNMENT RESPONSIBILITY - The USDA, ARS, PSWMRU shall be responsible for ensuring that the facility electrical connections, ventilation system and argon gas supply and associated connections meet the required contractor specifications for proper operation of the Gas Chromatograph/Liquid Chromatograph, Tandem Mass Spectrometer, and components. After delivery, the USDA, ARS, PSWMRU shall be responsible for receiving, uncrating and setting the unit on a suitable laboratory bench for Contractor set-up. GENERAL SPECIFICATIONS - The GC/LC MSMS system should be automated and computer controlled running Windows XP Professional. The automated system which is controlled by a personal computer will be used for analysis of aqueous and gaseous samples containing VOC's and other organic compounds, including pharmaceutically active compounds and endocrine disruptors, as well as stable isotopes of N, O, C and H. The system includes at a minimum: COMBINATION GAS AND LIQUID CHROMATOGRAPH 1200L GC/LC/MS/MS system with 3800, control software, and PC. FLAT PANEL LCD DISPLAY, 19 inch, Dell; 1280x0.294 mm dot pitch; 700:1 contrast ratio; 300 1177, T1EFC, Ultimetal, 120V LC/MS HPLC-5mL Ti head, 8700psi Ti Prostar 210 Solvent Delivery Module TI Pump Head kit 5ML/MIN 8700 PSI Pressure Module Ti, 10ml/min Valve Prime/Purge SS 1/16 inch; Prime/Purge Valve Bracket; Prostar and Prep Star Mast Kit;RS-485/422 Prostar to Galaxie Comm. Cable Polaris 5u C18-A 50 x 2.0 mm Category A: Internal 0.6 mL Ti Mixer; Mixing Spacer TI 7100-012; 1/16 PK Grd Cstm Plumbing Setup/Chkout; In-line degasser, 4 channels, 1ml/min; Prostar 430 AutoSampler. All software must be Year 2000 and Section 508 Accessibility Compliant with Sections: 1194.21, 1194.25 and 1194.26. The standard does not require the installation of specific accessibility-related software or the attachment of an assistive technology device, but merely requires that the EIT be compatible with such software and devices so that it can be made accessible if so required by the agency in the future. The Government many request additional information from the Contractor to determine product compliance. TECHNICAL SPECIFICATIONS -- 1. COMBINATION GAS AND LIQUID CHROMATOGRAPH - The laboratory requires a combination Gas and Liquid Chromatograph to analyze gas and aqueous environmental samples collected as part of broader experimental and monitoring programs. Because we will be analyzing compounds that may be suitable for either GC or LC analysis, the instrument must have the capability to be adapted to LC/MS analysis via interchangeable sources in the laboratory without any special assistance from the Contractor. This ensures that no matter what the analysis, we can arrange the instrument to the configuration needed. The reconfiguration of the system must be straight forward and achievable by laboratory personnel. Any system requiring the reconfiguration by manufacturer?s contractors only is unacceptable given the inconvenience, time and expense. The dual interface arrangement also minimizes bench space usage and alleviates the need to purchase two mass spectrometers, one for GC analyses and one for LC. The Gas Chromatograph oven must be capable of central control of up to 7 heated zones (6 plus column oven), with temperatures of -99 to 450o C to provide greatest flexibility in analyses (i.e., measurement of broad range of compounds). The oven must be capable of rapid column oven cool-down (450o C to 50 C in < 5 minutes) to enable rapid sample analysis. In order to provide for the greatest flexibility in analyses and ensure determination of a broad range of compounds, the Liquid Chromatograph should have a flow rate range from 10 uL to 100 mL/min. To ensure high flow accuracy and reproducibility of results, the Liquid Chromatograph should have a flow accuracy of +/-1% of selected flow rate or +/-0.05% of maximum flow and a flow reproducibility of +/-0.1% of selected flow rate or +/-0.005% of maximum flow. To allow for flexible sample sizes, the Liquid Chromatograph AutoSampler should be able to utilize standard or deep well 96 well plates, 384 well plates, PCR plates, or 48 2.0 mL vials. It should also have a variable sample fill speed for viscous samples. 2. TANDEM MASS SPECTROMETER - A primary application of the Gas and Liquid Chromatograph is to determine concentrations of pharmaceutically active compounds in environmental samples. Therefore, the detector for the Gas Chromatograph/Liquid Chromatograph must be a tandem Mass Spectrometer (MSMS). 3. TANDEM MASS SPECTROMETER SPECIFICATIONS - The Mass Spectrometer must have a mass range of 1500 amu for detection of large molecules via GC/MSMS and those compounds amenable to LC/MSMS analysis. In order to receive the most complete information regarding sample composition in undesirable matrices, the instrument is required to either possess a triple quadrupole analyzer or allow an upgrade to a triple quadrupole analyzer in the laboratory. This will allow for MS/MS analyses of low-level analytes in dirty matrices such as the water, soil, and tissue samples we expect to encounter. The Mass Spectrometer must incorporate a triple quadrapole mass analyzer with pre and post filters as part of all quadrapoles and feature a lensless analyzer design to minimize the potential for blending of peaks thereby improving peak separation and allowing maximum transmission of ions. For the same reason, the Mass Spectrometer should have a 180 degree curved path collision cell for high dissociation efficiency and the elimination of neutral noise which can adversely affect sensitivity. Due to the wide range of compounds and media that will be analyzed, the Mass Spectrometer must be capable of electron ionization (EI) and positive and negative chemical ionization (PCI and NCI). Due to the wide range of compounds and low detection limits necessary for pharmaceutically active compounds, the Mass Spectrometer modes must include full scan, selected ion monitoring (SIM), both precursor and product scans, neutral loss scan, and both single and multiple reaction monitoring. 4. COMPUTER REQUIREMENTS -- a) Flat Panel LCD Display, 19-inch, Dell; 1280 x 1280 x 1024 resolution; 0.294 mm dot pitch; 800:1 contrast ratio; 250 cd/m2 brightness; 15-pin D-sub analog; 4 USB 2.0 ports. b) Computer - Dell Optiplex GX-620 3.4 GHz Pentium 4 Minitower with: 3.4 GHz Pentium P4 Processor 650; 800 MHz Front Side Bus; 2 MB L2 Cache; 1.0GB (2 x 512 MB) DDR2 SDRAM @ 533 MHz (filling 2 of 4 slots); Integrated AGP video with Intel Graphics Media Accelerator 950 (up to 224MB shared memory); Integrated 10/100/1000BaseT Ethernet NIC; Integrated sound card and chassis mounted speaker; 160 GB, SATA II, 7200 rpm Hard Drive with 8 MB buffer; 16X DVD+/-RW Drive with Sonic software; 16X DVD Drive with Cyberlink Power DVD software; 1.44 MB floppy drive; 4 PCI full height slots (2 standard PCI, 1 PCIe x16 graphics, 1 PCIe x1); 1 serial port; 1 parallel port; RJ-45 network port; 8 USB 2.0 ports (2 in front, 6 on rear panel); USB keyboard & USB 2-button optical mouse w/ scroll (no PS/2 connectors); Windows XP Professional SP2 Operating System. 5. ISO CONFORMANCE REQUIREMENTS- The Contractor must provide proof of conformance to ISO9001 standards for both hardware and software development. A certificate or statement must be provided as proof. Compliance to ISO9002 alone is not satisfactory, as this does not cover product development functions. SALIENT CHARACTERISTICS - The USDA, ARS, Pasture Systems and Watershed Management Research Unit (PSWMRU) has determined that Varian Inc's. GC/LC Tandem MS system the only equipment with the following salient characteristics: 1. The Varian system is the only known system that may be switched between gas the liquid chromatography by USDA personnel, rather than requiring a factory technician service call. The nature of our research requires us to do frequent, same-day changes. 2. Varian is the only vendor that incorporates a 180 degree collision cell for optimum efficient dissociation in MSMS experiments and it also eliminates neutrals in the system from striking the detector by placing the detector off-axis from the ion source. Some compounds of interest may be detected at lower levels in negative ion mode by LC/MS. Because of the curved collision cell the detector can be placed directly behind the third quadrupole allowing ions to strike the detector directly for increased ion signal. 3. SYSTEM FOOTPRINT: The entire system must fit into a footprint not greater than 10 feet long by 3 feet wide and must fit on a standard laboratory bench top. The 180 degree arrangement of the collision cell also gives the Varian instrument a smaller footprint instrument saving valuable lab bench space. Location of equipment: 1st floor, PSWMRU Water Quality Laboratory (Penn State University). 4. The Liquid Chromatography component of the Gas Chromatograph/Liquid Chromatograph Tandem Mass Spectrometer is easily removed from the mass spectrometer in order to be interfaced with the Varian 730-ES ICP-OES system owned by Penn State's Agricultural Analytical Services Laboratory to enable LC/ICP-OES analysis. 5. We are currently engaged in joint research efforts with Pennsylvania State University?s Agricultural Analytical Services Laboratory to analyze Rare Earth Elements (i.e., lanthanide series) and trace metal speciation of diverse environmental samples. In order to meet future analytical needs, the Liquid Chromatography component of the Gas Chromatograph/Liquid Chromatograph Tandem Mass Spectrometer must be able to be easily removed from the mass spectrometer in order to be interfaced with the Varian 730-ES ICP-OES system that is owned by Penn State's Agricultural Analytical Services Laboratory to enable LC/ICP-OES analyses, and with a Varian 730-ES ICP-OES system that we intend to purchase separately. This will extend our capability to analyze Rare Earth Elements (i.e., lanthanide series) and/or to perform trace metal speciation of samples, neither of which is possible at the present time. PACKING AND SHIPPING - The Contractor shall pack each item for shipment in a new container in such a manner that will ensure acceptance by common carrier and safe delivery at the destination. Containers and closures shall comply with the Interstate Commerce Regulation, Uniform Freight Classification Rules, or regulation of other carriers as applicable to the mode of transportation. The Contractor is totally responsible for offloading entire shipment. The items to be furnished hereunder shall be labeled with the purchase order number or the name of the Contracting Officer or credit card holder and delivered, all transportation charges paid by the Contractor in accordance with the F.O.B. Destination. FACILITY RESTRICTIONS FOR DELIVERIES - The USDA-ARS-PSWMRU location has a 1/4 ton lift truck. The equipment must be delivered through a lab entry door having an opening of 40 inches wide and 7 feet high. DELIVERY - The Contractor shall furnish and deliver (F.O.B. Destination) the equipment and documentation to the address below and include the P.O. number, seven (7) weeks after the receipt of the purchase or credit card order. Delivery shall be between the hours of 8:00 a.m. to 2:30 p.m., Monday through Friday, excl. Federal holidays. USDA, ARS, NAA, Pasture Systems and Watershed Management Research Unit (PSWMRU), USDA-ARS-PSWMRU Water Quality Laboratory (adjacent to USDA-ARS-PSWMRU Water Quality Laboratory), Tower Road, University Park, PA 16802, Attn: Karen Gardner - P.O. number. The Contractor shall coordinate the delivery date and time with the Technical Representative (TR) at least one (1) week prior to delivery. INSTALLATION AND START-UP - Installation shall be coordinated by the Contractor with the COR at least one (1) week prior to delivery. The Contractor shall perform and complete installation and start-up within two (2) weeks after delivery at no additional cost if electrical, ventilation, gas and other pre-installation requirements stated in the pre-installation guide have been met. TRAINING (on-site) - The Contractor shall provide a one day of training (upon installation) by a qualified customer service engineer to a minimum of three (3) personnel. TRAINING AT CONTRATOR'S FACIILITY - The Contractor shall provide an additional two days of on-site training (at contractor?s facility) and method development by a qualified application chemist. This is an option item and may not be purchased this fiscal year and is pending availability of funding. CUSTOMER SUPPORT - The Contractor shall provide service primary support, and must provide a toll-free customer support line from 8 AM to 5 PM EDT. SOFTWARE UPGRADES - The Contractor shall provide all system and PC software upgrades to fix bugs or safety problems at no cost the Government. DOCUMENTATION - The Contractor shall provide the installation drawings to the COR within 15 calendar days after receipt of the purchase order. The Contractor shall provide two (2) copies each of the operations, repair, maintenance manuals, lubrication and service instructions, and submitted upon delivery of the equipment. The purchase order number shall be included on all documentation and shipment. Final payment shall not be made unless and until such documentation is received and accepted by the TR. PAYMENT - The Contractor must be registered for Electronic Funds Transfer (EFT) payments in the Central Contractor's Registration (CCR) database to receive payment. Payment may be made by a Government purchase order or Government Credit Card. Final payment shall not be made unless and until the equipment and documentation have been received and are accepted by the Technical Representative. WARRANTY - The Contractor shall provide a one year, on-site, parts and labor warranty on the equipment. The computer and accessories shall also include a standard manufacturer warranty. The period of the warranty shall begin upon acceptance. The Contractor shall provide a copy of the warranty for each item with their offer. EXTENDED SERVICE AGREEMENTS - The Contractor shall provide a copy and pricing for any available extended warranties (Line Item 04). The Contractor must also be capable of servicing the equipment/software through the extended warranty. This information shall not obligate the Government to purchase an extended warranty. This is pending availability of funding. The NAICS Code is 334516 with a size standard of 500 employees. This procurement is 100 Set-Aside for Small Business. This is not a request for proposal. No solicitation is available. WE WILL NOT ACCEPT YOUR QUESTIONS BY E-MAIL (DUE TO THE CURRENT AND CONTINUOUS COMPUTER VIRUS SITUATION) OR YOUR OFFER BY FAX OR E-MAIL. Companies with the demonstrated capability and financial capacity to provide and service such equipment, and warranty must submit a written substantive statement outlining the Company's and systems' capabilities, available service agreements and consumables (including price lists). This announcement and any other documents related to this procurement will be available electronically at the Internet site http://www.fedbizopps.gov. The Contractor is responsible for monitoring the FBO website for information relating to this requirement. Offeror's will be responsible for downloading their own copy of these documents. Contractors are required to acknowledge receipt of all Amendments (if any). If no affirmative responses are received with five (5) calendar days of publication of this notice to determine whether a qualified source is more advantageous to the Government, an order will be placed with Varian Inc. under the authority of FAR 6.302.
- Place of Performance
- Address: USDA, ARS, NAA, Pasture Systems and Watershed Management Research Unit (PSWMRU), USDA-ARS-PSWMRU Water Quality Laboratory (adjacent to USDA-ARS-PSWMRU Water Quality Laboratory), Tower Road, University Park, PA
- Zip Code: 16802
- Country: UNITED STATES
- Zip Code: 16802
- Record
- SN01343928-W 20070719/070717220217 (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 |