SOLICITATION NOTICE
66 -- Liquid Chromatograph-Tandem Quadrupole Mass Spectrometer
- Notice Date
- 5/11/2012
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- CPODUS Environmental Protection Agency26 West Martin Luther King DriveMail Code: NWDCincinnatiOH45268USA
- ZIP Code
- 00000
- Solicitation Number
- RFQ-OH-12-00051
- Response Due
- 5/21/2012
- Archive Date
- 6/20/2012
- Point of Contact
- Robert A. Knecht
- E-Mail Address
-
Knecht.Robert@epa.gov
(Knecht.Robert@epa.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT SYNOPSIS FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. In preparation for a future procurement, the Environment Protection Agency (EPA) is performing ?market research? to determine potential sources that are small businesses. The Environmental Protection Agency (EPA)?s National Health and Environmental Effects Research Laboratory (NHEERL) requires a commercially available Liquid Chromatograph-Tandem Quadrupole Mass Spectrometer system. The instrument should meet the following minimum requirements to meet Agency needs: 1.The mass spectrometer must have a scan rate of 10,000 amu or better with a mass range from 5 to more than 2000 amu. 2.Twenty four hour instrument mass stability must be less than 0.1 Da or better. 3.Polarity switching between positive and negative ion modes must be 20 milliseconds or better. 4.Multiple reaction monitoring (MRM)/selected ion recording (SIR) data acquisition: instrument must be able to acquire data in MRM or SIR at a dwell time of 3 ms without significant peak height degradation. 5.Linearity of compound response shall be 5 orders of magnitude from LOD. Switching between MS and MS/MS modes, including MRM, ion scanning, parent ion scans and neutral scans must be achievable in 5-10 ms or better. 6.Detector shall be a photomultiplier type detector configured in a 90 degree off axis position to reduce neutral noise and must be capable of switching polarity in 20ms. 7.Collision cell shall be a traveling wave device with entry and exit ion beam focusing, utilize an inert gas, must be digitally controlled for optimal performance with collision energy settings up to120 v. 8.The Ultra Performance Liquid Chromatograph pump must be a quaternary pump designed for UPLC and blend up to four solvents with an operating pressure up to 15,000 psi. 9.Sample tray shall accommodate up to 100 samples and the sample manager must be temperature controllable from 4-40 degrees centigrade. In addition, sample compartment must be light shielded to protect light sensitive samples. 10.The system software must perform complete instrument control including data acquisition. 11.The contractor shall provide a one year warranty for each hardware, software, and firmware product delivered under this purchase order.12.All equipment will be installed on site and familiarization training provided within 60 days of purchase. The successful contractor of any resultant contract will be expected to provide all necessary labor, materials, and services in support of the efforts delineated by the Specifications. Any interested firms should submit capability statement with information that clearly demonstrates their capabilities to provide the equipment described above in reference to RFQ-OH-12-0051. Standard company brochures will not be considered a sufficient response to this Sources Sought Synopsis. It is anticipated that the contract will be Firm Fixed Price (FFP) with delivery within 90 days of award. The applicable NAICS code is 334516 (Analytical Laboratory Instrument Manufacturing) with a size standard of 500 employees. In the capabilities statements, contractors should provide their size status for the above referenced NAICS code, (i.e. large, small) and whether or not they are a certified hub zone, 8(a), women-owned, small-disadvantaged and/or disabled veteran owned concern. As a reminder, small businesses are required to perform at least 50 percent of the costs of the contract performance with their own personnel (FAR 52.219-14). The EPA reserves the right to set this action aside for small businesses. These capability statements are merely and aid to the EPA?s market research efforts. Respondents are advised that EPA is under no obligation to provide respondents with any feedback on the information received. Responses to the above should be submitted to Kimb erly Loesch, U.S. EPA, Cincinnati Procurement Operations Division, 26 W. Martin Luther King Drive, Cincinnati, OH 45268 or to Loesch.Kimberly@EPA.GOV no later than 3:00 P.M. EDT Monday, May 21, 2012. A separate synopsis will be issued for the Request for Quote (RFQ), resulting from this sources sought synopsis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/RFQ-OH-12-00051/listing.html)
- Place of Performance
- Address: NHEERL - AEDUS Environmental Protection AgencyNational Health andEnvironmental Effects Research Lab27 Tarzwell DriveNarragansettRI02882USA
- Zip Code: 02882
- Zip Code: 02882
- Record
- SN02746332-W 20120513/120511235830-17e45828353777e11506d02799fb57c2 (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 |