Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2012 FBO #3910
SOLICITATION NOTICE

66 -- Thermo Dionex Ion Chromatography (ICS) 5000 or Equal

Notice Date
8/6/2012
 
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, United States
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-12-RQ-0553
 
Archive Date
9/5/2012
 
Point of Contact
Michael Szwed, Phone: 3019756330, Cheryl Rice, Phone: 3019753696
 
E-Mail Address
michael.szwed@nist.gov, cheryl.rice@nist.gov
(michael.szwed@nist.gov, cheryl.rice@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The National Institute of Standards and Technology (NIST) has a requirement for Thermo Dionex ICS 5000 or equal to be used in the Material Measurement Laboratory Division at NIST, Gaithersburg, MD. 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 SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR 13. This solicitation is a Request for Quotation Proposal (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to michael.szwed@nist.gov. Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of Provision) The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This acquisition is 100% set-aside for small business. In accordance with the non-manufacturer rule, the contractor shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern. See FAR 19.102(f) for additional information. All offerors shall provide a quotation for the following line items: Line Item 0001: Ion Chromatography System Background The National Institute of Standards and Technology's Surface and Microanalysis Science Division (SMSD) develop measurement and standards to supports forensic characterization of explosives, narcotics, actinides and trace elements using a variety of analytical methods. Our ongoing work in homeland security requires sensitive instrumentation which can accurately separate and measure cation and anion's of explosives, narcotics, actinides and trace elements. Due to space limitations, a benchtop ion chromatographic system (IC) capable of separating and analyzing these various analytes in solution is required. The IC systems needs to be able interface to a Thermo ICAP inductively coupled plasma mass spectrometer and an Applied Biosystems 4000Q Trap for actinide and elemental identification. The purpose of this procurement is to provide the Surface and Microanalysis Science Division with advanced analytical methods and measurement capabilities for explosives, narcotics, actinides and trace elements in support our forensic and homeland security programs. To that end, the SMSD evaluated several IC systems and concluded that a Thermo Dionex ICS5000 or equivalent would meet the Government's minimum technical requirements. The Thermo Dionex ICS5000 offers a reliable pumping system composed entirely of PEEK tubing and is configured for high quality analysis in routine and high throughput laboratories. This system is also configured with 2mm columns and consumables, which yield better sensitivity and resolution than can be achieved using 4mm consumables. The ICS 5000 also includes an electrolytic eluent generation system which eliminates the manual preparation of eluent and regenerants, allowing for more uptime and day-to-day uniformity in the laboratory as well as allowing for the use of eluent gradients using an isocratic pump for optimized separations. Methods and applications can be developed easily, reproduced, relocated, and installed in another laboratory with confidence and repeatability. Minimum Requirements The system shall meet or exceed the technical specifications identified below. All items must be new. Used or remanufactured equipment will not be considered for award. Performance Specification: The Contractor shall deliver and install one (1) Dionex ICS5000 or equivalent. The minimum technical specifications include: a) IC System. An ion chromatography system which includes a temperature controlled autosampler, dual gradient pump with solvent degas, dual injection valves, dual temperature controlled column oven, conductivity detector, ion suppressor columns, universal chromatography interface and a 4 channel absorbance detector is required. One gradient pump and injection valve should be plumbed for standard IC and LC applications while the second pump and injection valve should be plumbed for microbore IC and LC applications. The IC system should be capable of operation in both sequential and simultaneous modes in which the software should be integrated to select which pump is active and to direct the autosampler to deliver sample to the active injection valve and pump. b) Detection Modes. The appropriate hardware such as flow cells and diverter valves shall be provided to ensure proper functionality of the conductivity and absorbance detection for both standard and microbore applications. c) Eluent Generation. The system must include an electrolytic eluent generation system where not external salt solution must be needed only water must be added. Be able to electrolytically generate high-purity, carbonate-free KOH-eluent or methanesulfonic acid from deionized water. Must be able to electrolytically generate high-purity carbonate/bicarbonate eluents from deionized water at analytical flow rates. This instrument must be able to operate simultaneously two different eluent generators for different applications (any KOH, MSA, LiOH/NaOH, Carbonate at analytical flow rates as well as KOH and MSA at capillary flow rates). d) Software. The IC system software should run on a Windows based operating system and be capable of interfacing with third party instruments such as fraction collection devices for purification applications. In addition, the software must be able to interface with third party mass spectrometers with bidirectional communication capabilities for both ICP-MS and ESI/MS/MS applications. e) The system must have integrated maintenance free optical leak sensors and operator alerts for maximum system safety. f) The instrument must be equipped with two integrated pumps allowing for dual analysis of anion/cations, anions/anions or cations/cations g) The instrument must be equipped with a second integrated pump suited for pre-concentration, matrix lamination, or post-column external water and chemical regenerant delivery. h) Suppressor. The suppressor must be self-regenerating without manual preparation of regenerants or additional waste generated. The chemical suppression of the eluent must be achieved by utilizing electrolysis and dialysis through a micro membrane or monolith disks for capillary, microbore or standard bore application. Suppressor device must not cause retention time shift due to suppressor becoming expended during normal operations nor should the suppressor require the use of extra pumps, valves or solid phase/gel reagents to achieve eluent suppression. i) The pump must be equipped with an active rear-seal wash system to prolong the lifetime of the pistons and seals as well as have a built in vacuum degasser. j) The IC system must be able to interface with an Applied Bioystem 4000Q Trap and a Thermo iCAP Q ICP-MS. The Contractor shall install the ICPMS at NIST, Gaithersburg, Maryland. Installation shall include unpacking and setting up all equipment, hooking up equipment, turn-key operation and troubleshooting any and all problems that occur during installation. a) Upon completion of installation, the Contractor shall demonstrate that the system meets all the specifications in the Statement of Work/Specifications. b) The contractor shall provide a delivery, installation and training schedule within 5 days of the award. Installation shall be completed in accordance with the approved deliverable schedule. The COR will approve the delivery schedule within 3 days. The Contractor shall include a one (1) year warranty on all labor, parts and materials from the date the Government inspects and accepts the IC system. Training. The Contractor shall provide two days, eight (8) hours per day, of on-site training for three (3) NIST personnel on the operation of the system. Training shall include initial startup of the isolation system, tuning the system, measurement of transmission data, using the system for vibration generation, and demonstration of all software features. The contractor will provide (3) training manuals. The COR will coordinate training space at NIST prior to training. Training shall be coordinated to occur within 3 days after installation is complete. PERIOD OF PERFORMANCE The period of performance shall be 120 days from award of this requirement. I. PLACE OF PERFORMANCE All work shall be accomplished at NIST, Gaithersburg, Maryland. Normal duty hours are Monday through Friday, 8:30 a.m. to 5:00 p.m. with the exception of Federal holidays. II. GOVERNMENT FURNISHED PROPERTY None III. DELIVERABLES SCHEDULE Description Quantity Due Date IC system One 90 days after receipt of this order. Operation and Maintenance manual for the IC system Two 90 days after receipt of this order Training of up three operators for no more than two (2) days, eight (8) hours per day One Session 120 days after receipt of this order IV. ATTACHMENTS None V. PERFORMANCE REQUIREMENT SUMMARY Visual-Physical check at NIST laboratory for adherence to design specifications a) Detection device is based on MS technology b) The software system is operable through MS Windows 7-compatible software to display, analyze, and record data. c) Interfaceable to an Applied Biosystem 4000Q trap and Thermo ICAP ICP-MS. Performance check at NIST laboratory for adherence to performance specifications: Using standard materials of urea, nitrate, chlorate, perchlorate, and potassium supplied by NIST, the system will be required to detect any of the required analytes in solution at twice the LOD as specified by the supplier. All analytes will be analyzed in as single samples. The tests will be performed as soon as the instrument is ready, as determined by the contractor, and will be witnessed by the technical contact. The instrument must accurately separate and identify each analyte. Needs to demonstrate all capabilities claimed in the proposal. VI. TRAVEL Travel to the NIST, Gaithersburg, MD campus is required. Travel will be reimbursed in accordance with the Federal Travel Regulation. Express Warranty The contractor shall warrant the entire system for a period of at least one year. The warranty must include unlimited telephone/e-mail support for questions regarding operation. All costs including parts, labor, travel, and other expenses necessary to repair the system will be borne solely by the contractor at no additional cost to the U.S. Government. Delivery Delivery should be FOB DESTINATION and shall take place not later than 90 days after contract award. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. Those marked with an asterisk are provided in full text in Attachment 1. Provisions *52.212-1, Instructions to Offerors-Commercial Items *52.212-3 Offeror 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. Clauses *52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 II Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2010)--ALTERNATE II (APR 2010)-Commercial Items including subparagraphs: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-6, Notice of Total Small Business Set-Aside 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Small Business Program Representation 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 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-1, Buy American Act - Supplies 52.225-5, Trade Agreements 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. *52.247-34 F.O.B. Destination *1352.201-70 Contracting Officer's Authority *1352.201-72 Contracting Officer's Representative (COR) *1352.209-73 Compliance With The Laws INSTRUCTIONS: Central Contractor Registration In accordance with FAR 52.204-7, the awardee must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall forfeit award. Due Date for Quotation Venders shall submit their quotations electronically via Federal Business Opportunities thru the FBO Bid Module for this requirement not later than 11:59 a.m. Eastern Time on Tuesday, August 21, 2012. FAX quotations shall not be accepted. E-mail quotations shall not be accepted. Quotations shall not be deemed received by the Government until the quotation is entered into the FBO Bid Module set forth above. Addendum to FAR 52.212-1, Quotation Preparation Instructions 1) Price Quotation: The vender shall propose a firm-fixed-price, preferably FOB Destination, for CLIN. 0001. Price quotations shall remain valid for a period of 60 days from the date quotations are due. 2) Technical Quotation: The vender shall submit technical information with pricing information. The technical quotation shall address the following: Technical Capability: The vender shall submit a technical description or product literature for the equipment it is proposing, which clearly identifies the manufacturer, make and model. The vender must demonstrate that its proposed equipment meets or exceeds each minimum requirement described in the statement of work by providing a citation to the relevant section of its technical description or product literature and include Warranty: terms and conditions. If applicable, evidence that the vender is authorized by the original equipment manufacturer to provide the item(s) in the quotation should be included. The Vender shall acknowledge that NIST will not store the equipment onsite before it is installed. Acceptance of Terms and Conditions: This is an open-market solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this solicitation that will include the clauses set forth herein. "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." Note: This procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If a Vender 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 vender's FSS or GWAC contract, and the statement required above shall be included in the quotation. QUOTATION EVALUATION: Evaluation Factors Award shall be made to the vender whose product meets or exceeds the technical specifications and is the lowest price. Technical Capability: No prototypes, demonstration models, used or refurbished instruments will be considered. Evaluation of technical capability shall be based on the information provided in the quotation. NIST will evaluate whether the vender has demonstrated that its proposed equipment meets or exceeds all minimum requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. If a vender does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. Price: The Government will evaluate price for reasonableness. Non-Governmental Acquisition Support The Government may utilize non-Governmental acquisition support for processing of quotations submitted in response to this solicitation. These individual(s) will have access to the quotation information and will be assisting the Contracting Officer in the procurement process by performing services including, but not limited to, preparing the quotations for submission to the technical evaluators, performing past performance checks, and preparing award documents. The non-Governmental acquisition support will not conduct technical evaluations of any quotation and will not be involved in the final decision as to the awardee under this procurement. 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: Cheryl Rice, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-12-RQ-0553/listing.html)
 
Place of Performance
Address: NIST, 100 Bureau Dr., Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02827826-W 20120808/120806234902-fa8c413aaa55fa43144ce397d659d172 (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.