Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2011 FBO #3539
MODIFICATION

66 -- MALDI-TOF Mass Spectrometer System

Notice Date
8/1/2011
 
Notice Type
Modification/Amendment
 
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
SB1341-11-RQ-0490
 
Archive Date
8/18/2011
 
Point of Contact
James A. Cariaga,
 
E-Mail Address
james.cariaga@nist.gov
(james.cariaga@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. ***This solicitation is being issued using Simplified Acquisition Procedures.*** ***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) 2005-53. *** *** 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 quote. *** *** The National Institute of Standards and Technology is seeking to purchase One MALDI-TOF Mass Spectrometer System. *** Background: The National Institute of Standards and Technology (NIST) requires MALDI-TOF Mass Spectrometer System ***All interested Contractors may provide a quote for the following: Line Item 0001: Quantity 1, MALDI-TOF Mass Spectrometer System, which shall meet or exceed the following minimum specifications: MALDI Source: Shall have a nitrogen laser with a variable repetition rate Shall have a laser energy > 60 microJoules/pulse Shall have a target area exactly ¼ of industry standard microtiter plates with a 96 spot target format Operating Hardware/Software Shall be a Windows operating system Shall have a LCD Display of 19" or greater size Shall have a laser printer Shall be network ready Shall allow for data acquisition (full control of all MS parameters) and processing Shall allow for on the fly optimization of spectral quality Shall allow automated sequence programming for batch operation Shall provide tools for protein and peptide identification after mass analysis Shall include database search of single spectra and combined MS datasets Shall support de novo sequencing Time of Flight (TOF) Analyzer Shall operate in either a high resolution reflectron configuration or linear mode Shall have an optional MS/MS capability with automatic post-source decay Shall have a modular design to support future upgrades Shall use oil-free vacuum technology Linear TOF Specifications Resolution (peptide) ≥ 1800 Full Width at Half Maximum (FWHM) measured with Bombesin or peptide of equivalent mass/composition Resolution (protein) ≥ 400 (FWHM) measured with Protein A or protein of equivalent mass/composition ≥ 700 (FWHM) measured with Cytochrome C or protein of equivalent mass/composition Sensitivity: Signal to noise (S/N) ≥ 50:1 measured with 500 femtomoles of Bovine Serum Albumin (BSA) or protein of equivalent mass/composition using 500 Laser shots Mass Accuracy (protein mixture): < 250 parts per million (ppm) with external calibration < 200 ppm with internal calibration Mass range: Up to 250,000 mass/charge (m/z) Reflectron TOF Specifications Resolution (peptide) ≥ 9000 (FWHM) measured with Bombesin or peptide of equivalent mass/composition Resolution (protein) ≥ 10,000 (FWHM) measured with Somastostatin or protein of equivalent mass/composition ≥ 700 (FWHM) measured with Cytochrome C or protein of equivalent mass/composition Sensitivity: S/N ≥ 10:1 measured with 1 femtomoles of Fibrinopeptide B or peptide of equivalent mass/composition Mass Accuracy (peptide mixture): < 100 ppm with external calibration < 20 ppm with internal calibration 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 line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. Award shall be made to the firm that provides the lowest priced, technically acceptable quote. Technical acceptability means that the quote meets all of the stated minimum specifications. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and 2) Price. Technical Capability: ****Evaluation of Technical Capability shall 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 CLEARLY DOCUMENTS that the offered product(s) meet or exceed the specifications stated above. Inspection and Acceptance Criteria: 1. Visual and physical check at NIST laboratory for adherence to design specifications. 2. Performance check at NIST laboratory for adherence to performance specifications. The tests will be performed as soon as the instrument is ready as determined by the contractor, and may be witnessed by the contractor. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** Offerors must 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. PROVISIONS AND CLAUSES: The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html or www.acqnet.gov/far. ******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 must 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: 1. 52.212-4 Contract Terms and Conditions-Commercial Items; 2. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: a. 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment b. 52.219-28 Post Award Small Business Program Rerepresentation c. 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns d. 52.222-3 Convict Labor e. 52.222-19 Child Labor - Cooperation With Authorities And Remedies f. 52.222-21 Prohibition of Segregated Facilities g. 52.222-26 Equal Opportunity h. 52.222-36 Affirmative Action for Workers with Disabilities i. 52.225-13 Restriction on Certain Foreign Purchases, and j. 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 quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001; 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); 5) Country of Origin information for each line item.*** ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: James Cariaga, Building 301, Room B129, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640 or by email at james.cariaga@nist.gov *** 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. ***Submission shall be received not later than 1:00 p.m. local time on August 3, 2011 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attention: James Cariaga. Because of heightened security, FedEx, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, Building, room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-U.S. citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (James Cariaga) @ james.cariaga@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED. HOWEVER, EMAILED QUOTES WILL BE ACCEPTED AND PREFERRED METHOD. ***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-11-RQ-0490/listing.html)
 
Place of Performance
Address: NIST, Building 301, Shipping and Receiving, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02516721-W 20110803/110801234814-93b33a17ade46c27a4bc27e6a1ae8a07 (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.