Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2010 FBO #3140
SOLICITATION NOTICE

66 -- LIQUID CHROMATOGRAPHY TRIPLE QUADRAPOLE MASS SPECTROMETERApplied Biosystems/Sciex API 5500 (Brand Name or Equal)

Notice Date
6/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
U S GEOLOGICAL SURVEY, APS PO BOX 25046, MS204BDENVER FEDERAL CENTER DENVER CO 80225
 
ZIP Code
80225
 
Solicitation Number
10CRQQ0283
 
Response Due
7/9/2010
 
Archive Date
6/28/2011
 
Point of Contact
MICHAEL J MCNAMARA CONTRACT SPECIALIST 3032389329 ;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
DescriptionCombined Synopsis/Solicitation(I) This is a combined Synopsis/Solicitation for a commercial item in accordance with FAR Subpart 12.6. as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 10CRQQ0283(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36(IV) This solicitation is not a set aside. The associated NAICS code is 334516. The small business size is 500 employees (V)This Combined Synopsis/Solicitation is for the purchase of the following items CLIN 0001 LC Triple Quadrupole Mass Spectrometer (TQMS)Applied Biosystems/Sciex API 5500 (Brand Name or Equal) The LC Triple Quadruple Mass Spectrometer (TQMS) Applied Biosystems/Sciex API 5500 includes two data analysis software licenses, instructions, test data and familiarization upon delivery. Training for one person at a vender facility valid for one year from installation of instrument. Installation and calibration will be performed at destinationby the contractor. This instrument may be new or less than one year old if refurbished with a mass range m/z 5-1250. CLIN 0002 Full one year warranty for parts, labor and travel CLIN 0003 Trade -in value of existing API 5000 TQMS. Unit is in working condition and approxmately 5 years old (VI) Required delivery FOB Destination within 45 days after award. Place of delivery is U.S. Geological Survey, WRD, Attn: Michael T. Meyer, 4821 Quail Street Place, Lawrence, KS 66049-3839(VII) 52.211-06 Brand Name or Equal (Aug 1999) Vender: Applied Biosystems850 Lincoln Center DriveFoster City, CA 944041-800-327-3002appliedbiosystems.com(VIII) FAR 52.212-1 Instructions to Offerors-Commercial Items (Jan 1999), applies to this acquisition. In addition to written price quotes, offerors are instructed to provide specifications and existing product literature, and past performance references as stated in paragraph 10 of the referenced clause.(IX) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (XVIII), and award will be made to the firm offering the best value to the government. The proposal will be evaluated according to to the following criteria: Technical (capability of the item offered to meet agency needs), Past Performance (both of which are of equal importance) and price. In determining which proposal offers the greatest value or advantage to the government, overall technical merit will be more important than price. Price will become the determining factor between proposals judged to be judged technically equal in technical merit. PPIRS.gov will be used as a source of past performance information in the selection in the source selection process, in addition to any other past performance information acquired both inside and outside the government. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (June 2008), with this quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual Representations and Certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual Representations and Certifications electronically at the ORCA website, the offeror shall compete only paragraphs (c) through (m) of this provision.(XI) The clause 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2008) applies to this acquisition. (XII) The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Dec 2008) applies to this acquisition. The following clauses under subparagraph (b) apply.(XIII) Clause GS-0110: Line Item Number _______ BIDDING ON/PROPOSING: Manufacturer's Name ___________________________ Address _______________________________________ Brand or Product Name__________________________ Model Name & No. ______________________________ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate 1 ) Oct 1995) (41U.S.C. 253g and 10U.S.C 2402).(20) 52.222-19 Child Labor-Cooperation with Authorities and remedies (Feb 2008) (E.O. 13126).(31) Buy American Act -Supplies (June 2003) (41 U.S.C. 10a-10d).(32) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O's, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).(33) 52.225-06, Trade Agreements (37) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).The following clauses under subparagraph (c) applyNone in this paragraph apply. (XIV) The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be assessed electronically at this/these address(s): http:www.arnet.gov. The following terms and conditions apply: 52.214-34 Submission of Offers in English Language (Apr 1991)52.214-35 Submission of Offers in U.S. Currency (Ape 1991)52.225-05, Trade Agreements 52.225-06, Trade Agreements Certificate52.225-08, Duty Free Entry (Feb 2000)52.233-4 Applicability Laws for Breach of Contract Claim (Oct 2004)52.222-38 Veterins Reporting Clause1452.203-7- Restriction on Endorsements-Department of the Interior (July 1996)1452.222-80 DOI Non Discrimination (XV) Defense Priorities and Allocation Systems assigned rating does not apply. (XVI) The Government intends to award a firm fixed -price type contract resulting from this solicitation. Quotes are required to be received in the contracting office no later than 2:00 PM MST/MDT on July 9, 2010.All quotes must be mailed to the attention of Michael McNamara at U.S. Geological Survey, P.O. Box 25046, MS204A, DFC, CO 80552. Overnight mail must include the following information: 6th and Kipling, Entrance S-1, Room H1122, Bldg 53, Denver Federal Center. (XVII) Any questions regarding this solicitation should be directed to Michael McNamara, 303-236-9329, mmcnamara@usgs.gov. (XVIII) LC Triple Quadrupole Mass SpectrometerApplied Biosystems/Siex API 5000 (Brand Name or Equal) Salient Characteristics 1. Sensitivity and ionization source specifications must meet or exceed that of the brand name. 2. Must have polarity switching of 50ms or less3. Must have a mass range (m/z) of at least 5-1250 amu4. Must have computer with most recent version of Analyst data acquisition/data processing software or equivalent that fully controls the TQMS and an existing Shimadzu Prominence LC with three binary pumps and thermostated autosampler and column compartment and also that must directly accept data acquisition and data reduction methods developed on the API 5000 software platform.5. Must be capable of full reproducibility that meets or exceeds specifications of methods developed by the Kansas Water Science Center on the existing API 5000 tandem MS series platform (specifics available upon request).6. Along with the normal manufacturer's compound benchmarks, background Q1 and Q3 spectra must be acquired from 5 to 1250 amu using a 50/50 water/methanol 0.1% formic acid mobile phase at 0.6 ml/min with a kinetex C18 column and the signal to noise for a mixture of seven compounds (atrazine (APCI+, tetracycline (ESI+), lincomycin(ESI+), equilenin(ESI-), sulfamethoxazole(ESI+), and ibuprofen(ESI-), 4-OH of chlorothalonil (APCI-) will be benchmarked in Q1 by infusing 100 ug/L standards with a syringe pump in Q1 scan mode and MRM mode to bench-mark the instrument sensitivity for compounds routinely analyzed at OGRL. These results will be accepted by the manufacturer as benchmarks that will be used to diagnose problems such as loss in sensitivity that the tuning compounds such as PPG's may not reflect. The results of these will be printed, archived and used as a standard for instrument performance. The results of these will be printed, archived and used as a standard for instrument performance as a supplement to the manufacturers installation benchmarks.7. A turbo V ion source and Q-jet ion guide or equivalent is required.8. The source arm will have full x, y, and z articulation for complete spatial optimization and a fixed angle sprayer for improved robustness.8. A turbo ion spray (ESI) probe and APCI probe are required and must have APPI ionization probe as an option. 9. The Turbo V ionization source (or demonstratable equivalent) and the instrument ionization source housing will have interchangeable APCI (Atmospheric Pressure Chemical Ionization) probe and ESI (TurboionSpray or demonstrated equivalent) probes. Each probe will be coded for automatic identification by the software/firmware of the host system.10. The source housing will be fully vented to eliminate contamination of lab air11. The instrument must have a Q-jet ion guide (or demonstrated equivalent) for focusing the ions to Q1 after entry from the source into the mass spectrometer.12. TQMS must be new or less than 1 year old refurbished. 13. Service engineer(s) must have a minimum of three years factory trained experience on the supplied vendors TQMS platforms and a minimum of one year factory trained experience on the specific TQMS model supplied by the vendor.14. Must be a bench-top TQMS system with dimensions not to exceed 34" in depth, 24" in height.15. The Turbo V source (or demonstrated equivalent) must accept mobile phase flow rates from 5 l to 3 ml/min.16. The source must be able removed from the host system without tools and be replaced with a different one in less than 5 minutes.17. The source housing will be fully interlocked. All gas and power supplies to the source are automatically shut down when the housing is removed from the host system.18. Must have two turbo pumps and rough pump vacuum system. The instrument must have a differentially pumped vacuum system featuring air-cooled turbo molecular pumps with fail-safe vacuum system protection. It must automatically shutdown and restart after power failures.19. The control of LC/Tandem MS system parameters and data acquisition shall be accomplished through local area network (LAN) protocol communications.20. Must have grounded sources for safety when cleaning.21. The instrument must have a direct atmosphere-to-vacuum interface module with a curtain gas barrier for maintaining analyzer cleanliness and optimizing ion declustering. It must be capable of analyzing large batches of complex urine, plasma, and plant extracts over long periods of time without maintenance or performance degradation.22. Shall have a scan speed of 12,0000 Da/sec and a mass range (m/z) of at least 5-1250 amu.23. Must have MRM cycle time as low as 2 msec with no more than 3 msec inter-MRM pause time without a significant decrease in signal.24. Must have no significant cross talk detectable with 1 msec dwell time and 3 ms inter-MRM pause time.25. The mass analyzer shall have a mass range (m/z) of at least 5-1250 amu, at or less than 0.01% amus. The system shall be able to maintain mass position stability (after warm-up) of <0.1 amu over a 24 hour period.26. Must have full scan MS and selected ion monitoring for both Q1 and Q3, Product Ion Scan, Precursor Ion Scan, Neutral Loss or Gain Scan, Multiple Reaction Monitoring (MRM).27. The detector shall be removable without misalignment of other analyzer elements.28. Heater temperatures, ionization potentials, gas flow rates, and pertinent mass resolution, and entrance and exit potentials shall be user selectable.29. Detector shall exhibit a linear dynamic range over at least 5 orders of magnitude for calibration curves (quantitation).30. The instrument must have a direct atmosphere-to-vacuum interface module with a curtain gas barrier for maintaining analyzer cleanliness and optimizing ion declustering. It must be capable of analyzing large batches of complex urine, plasma, and plant extracts over long periods of time without maintenance or performance degradation.31. The MS shall have real time monitoring of critical instrument parameters
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/10CRQQ0283/listing.html)
 
Record
SN02189967-W 20100630/100628234943-1dc137090de3a2310b8ed43252aa5bcd (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.