Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2010 FBO #3052
SOLICITATION NOTICE

66 -- LC-MS Instrument

Notice Date
4/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
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 B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-10-RQ-0225
 
Archive Date
4/30/2010
 
Point of Contact
Joni L Laster, Phone: 301-975-8397, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
joni.laster@nist.gov, todd.hill@nist.gov
(joni.laster@nist.gov, todd.hill@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. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13.5 TEST PROGRAM FOR CERTAIN COMMERCIAL ITEMS. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-40. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested Contractors may submit a quotation. BACKGROUND: The Precision Engineering Division (PED) is principally engaged in the development and dissemination of dimensional metrology and measurements in support of US industry. The rapid rise of nanotechnology and the formulation of promising new products with unique materials properties have raised concerns about the behavior of ultra-small components from the environmental health and safety as well as from the manufacturing quality-assurance points of view. For the past three years, PED has been the lead laboratory on a NIST Innovations in Measurement Science project called the Fate of Nanoparticles in which measurement aspects of bio-distribution and cellular uptake of nanoparticles are being investigated. A significant area of interest to this project lies in the field of nanoparticle-based drug delivery systems (NDS). NDS consist of complex assemblies of biomaterial components including targeting proteins and payloads of imaging agents, diagnostics, gene therapy, and/or drug molecules designed with the ability to traverse the bloodstream and be selectively adsorbed only by cells or tissue selected for diagnosis and treatment. In order to fully account for the size and stability of NDS formulations received from our collaborators, it is necessary for us to qualify that the starting materials used to develop and test these formulations remain constant over the course of our investigations. This implies that we must be able to determine the chemical composition of NDS components and complexes on a regular basis. Since the formulations often contain biomaterials which are extremely expensive or available only in very small quantities for characterization studies, it is imperative that the chemical analysis be selective enough to resolve one specific component in a mixed sample solution and be sensitive enough to make multiple analytical measurements on a few nanoliters of solution. The National Institute of Standards and Technology (NIST) has a requirement for a complete LC-MS System. All equipment must be new. Refurbished and or remanufactured shall not be considered for award. All interested Contractor's shall provide a quote for the following line items(s): Line Item 0001 : The Contractor shall furnish one (1) each, LC-MS System consisting of the following components, which shall meet or exceed the following specifications: 1. System integration: (a) Real-time bidirectional control of LC and MS instruments via a single computer-controlled interface; (b) Permanent status transfer includes pressure, flow rate and composition via LC control software; (c) Integrated computer interface hub compatible with the vendor's instrument control protocol to connect optional system modules as needed; (d) 20 inch flat-panel computer display or larger for control and monitoring of instrument operating conditions, data acquisition, and data analysis. 2. Autosampler: (a) Injection Volume Range:10 nL-125 μL; (b) Sample Formats:96 (deep) well plate, 384 (deep) well plate, sealed or open; 40 standard autosampler vials, 1.8 mL, sealed or open; Sample Capacity:3× well plate (128 × 86 mm), 15× 10 mL vials for reagents, diluents, and transport liquids; (c) Shake feature to insure homogeneous sample prior to sampling the vial; (d) HPLC autosampler utilizes a pulled loop injection mechanism with needle design for sealed sample carriers, programmable needle wash and zero sample loss injection; (e) Injection Precision:<0.4% RSD for 1 μL full loop injection; (f) Injection Linearity: Corr. coeff. > 0.9995 from 100-500 nL; (g) Carryover:<0.02% with needle wash (caffeine) 3. Pumping system: (a) Binary gradient generation from 20nL/min to 50µL/min; (b) Split-less and continuous flow generation (system should not require a depressurization for refill operations). The system must operate without an external compressed gas supply; (c) Pump delay volume as low as 25nL; (d) Pump can be operated from 2 bar to 800 bar across entire flow range; (e) Proportioning Accuracy:<1% of full scale; (f) Proportioning precision: Typically <0.1% SD; (g) Retention Time RSD in Gradient Mode at 300 nL/min:<0.2% RSD or <0.1 min SD, whichever is greater; (h) Integrated loading pump with ternary gradient capability, biocompatible flow path and a large flow range of 10µL/min to 2.5mL/min; (i) Integrated purge valve; (j) Automated rear piston seal wash system; (k) Fluidic system separated from electronics and accessible from the front; (l) Electronic leak sensor; (m) Zero-dead-volume connectors for connecting instrument to other modules 4. Column: (a) Temperature controlled column compartment must be integrated; (b) Temperature Range: Room Temperature+10 ˚C - 75 ˚C; (c) Temperature Accuracy:± 0.5 ˚C (at 50 ˚C setpoint); (d) Temperature Stability:± 0.1 ˚C (at 50 ˚C setpoint); (e) Column identification system; (f) Up to two 2-position low-dispersion valves can be integrated; (g) Maximum pressure: 100 MPa (14,500 psi); (h) Column Capacity: Up to 3 column and up to 100 cm length (75 μm i.d., coiled); (i) Snap-in valve design for tool-free valve removal from the column compartment 5. UV Detector: (a) Data Collection Rate:Up to 100 Hz (in single wavelength mode); (b) Maximum Number of Channels:Four; (c)Drift:4.0 mAU/h; (d) Wavelength Range:190-900 nm ± 1 nm; (e) Noise:Typically <0.05 mAU at 254 nm; (f) Lamp:Deuterium lamp, Tungsten lamp; (g) Flow Cell Volume:3 nL for nano LC, 45 nL for capillary LC, 180 nL for micro LC 6. Performance: (a) Mass Range 50 - 20,000 m/z; (b) Mass accuracy with an internal calibrant: < 2 ppm RMS Error; (c) Mass accuracy with external calibrant: < 5 ppm RMS Error; (d) Calibration must be independent of the charge state of the calibrant mass; (e) Mass resolution of 10,000 FWHM; (f) Acquisition rate of 40 Hz ((100-3,000 m/z profile mass spectra to disk); (g) Mass stability & dynamic range to allow high-resolution extracted ion chromatograms with better than 2 mDa stability on centroid data values over an typical LC peak 7. Ionization source: (a) Ion funnel, orthogonal electrospray source with a grounded needle assembly to accommodate a flow rate between 1μl/min and 1 ml/min; (b) A nano-electrospray ion source with a grounded needle assembly to accommodate a flow rate down to 50 nL/min; (c) HPLC Sensitivity measured using an industry accepted chemical fingerprint standard such as Reserpine (609 m/z) to yield 10 pg with a S/N of 100:1 S/N at a flow rate of 200 μl/min; (d) The isotopic pattern distribution must be maintained across the HPLC peak, i.e., not skewed by changes in detector sensitivity; (e) Capability to perform two-dimensional chemical characterization of analytes using exact mass; (f) TOF repetition rate is variable up to 20 kHz; (g) Polarity switching for both, positive and negative ions; (h) The ion optics are temperature compensated 8. Analysis software: (a) Software that allows the unambiguous determination of the chemical formula at the sub-ppm confidence level; (b) Software for protein identification and detailed primary structure analysis Line Item 0002: Installation: The Contractor shall provide installation for the system. Installation, at a minimum, shall include uncrating/unpackaging of all equipment, set-up and hook-up of the system. Line Item 0003: Training: The contractor shall schedule and facilitate one (1) training session for NIST personnel on-site @ NIST in Gaithersburg, MD. The training shall provide a thorough demonstration of all equipment functions, maintenance, data administration, and basic troubleshooting. The training may be completed at NIST immediately after installation and demonstration of performance specifications, but no later than 30 days after installation. Warranty: The Contractor shall provide a minimum of a twelve (12) month warranty for the instrumentation. The Contractor shall state the warranty coverage provided for the equipment. Delivery, Installation and Training shall be completed not later than 90 days after receipt of an order. 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 any 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. The contractor shall deliver to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. Award shall be made to the lowest priced, technically acceptable quoter. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance, and 3) Price. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Quotations shall include the make and model of the products, manufacturer sales literature or other product literature, which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein. Past Performance: Past Performance will be evaluated to determine the overall quality of the products and services, provided by the Contractor. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/or information from other sources, including NIST. Offerors shall provide a list of at least three (3) references to which the same or similar products have been sold. The list of references shall include, at a minimum: the name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer, if applicable; and the date of delivery or the date services were completed. Past Performance and Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors shall complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, 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 including subparagraphs: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if the offeror elects to waive the preference, it shall so indicate in its offer); 52.219-8, Utilization of Small Business Concerns; 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; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Feeds (Dec 2004) (E.O. 13201); 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 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. All vendors shall submit the following: 1) An original and one (1) copy of a quotation which addresses all of the above items; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s) and 5) Offerors shall provide a list of at least three (3) references to whom the same or similar products have been sold. The list of references shall include, at a minimum: the name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer, if applicable; and the date of delivery or the date services were completed. This is an Open-Market 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 offeror 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 offeror 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: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. All quotes shall be received not later than 3:00 PM local time, on April 15, 2010 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Joni Laster. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Joni Laster) @ joni.laster@nist.gov. E-mailed quotes are acceptable and shall be addressed to: joni.laster@nist.gov. Faxed quotes will NOT be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0225/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02110245-W 20100403/100401235625-8a162e4d73388f2832bbcdcef3342132 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.