SOLICITATION NOTICE
65 -- Brand Name or Equal Bruker timsTOF LC-MS System and Accompanying Software Packages - BOM and Full Text T&Cs
- Notice Date
- 9/3/2019
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- RFQ-RML-1977390
- Archive Date
- 9/27/2019
- Point of Contact
- Tamara K. McDermott, Phone: 406-375-7487
- E-Mail Address
-
tamara.mcdermott@nih.gov
(tamara.mcdermott@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Full Text Provisions and Clauses Bill of Materials (BOM) I. OVERVIEW: This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued. Submit quotes on RML-RFQ-1977390. This solicitation is a request for quotes (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05 effective August 13, 2019. The associated North American Industry Classification System (NAICS) code for this procurement is 334516 Analytical Laboratory Instrument Manufacturing with a small business size standard of 1,000 employees. This acquisition will be processed under Simplified Acquisition Procedures, FAR Subpart 13.5 - Simplified Procedures for Certain Commercial Items and is not a total small business set aside. It is anticipated that one firm fixed price purchase order will be awarded. II. STATEMENT OF NEED: The Division of Intramural Research (DIR), Center for Human Immunology (CHI) requires the purchase of a high-performance electrospray ionization quadrupole Time-of-Flight (TOF) mass spectrometer with trapped ion mobility separation (TIMS) to analyze biological samples for proteomics, metabolomics, lipidomics, and other small compounds. However, this instrument's main function will be focused on metabolomics and lipidomics to meet the increasing needs of the National Institute of Allergy and Infectious Diseases' (NIAID) research community. The CHI relies on multitude of methods to identify proteins and chemicals that are integral to the function of the immune system. In doing so they build a deeper understanding of the onset and progression of disease, as well as the relevant markers present in the body during any given disease pathology. In order to identify targets of interest at the protein-level, newer technologies beyond genomic sequencing and analyzation must be procured. The proposed purchase is for Brand Name or Equal products and services. The brand name, manufacturer number, and description of the products/services are provided in Attachment 1 - Bill of Materials (BOM). Vendor shall be an authorized reseller for the quoted products/services. Only Original Equipment Manufacturer (OEM) products are acceptable. In addition to the equipment and software listed in the BOM, the CHI requires the following: • Shipping and handling to destination - Bethesda, MD • Certified service technician to perform delivery, installation, calibration, and initial training • Mass spectrometry training course • Minimum one-year warranty To be considered for award, quotes of "equal" products, including "equal" products of the brand name manufacturer, the timsTOF system shall meet the following minimum salient characteristics: 1. The MS instrument is a high resolution QTOF system (50,000 FWHM at m/z 1222 independent of MS or MS/MS sequencing speed) 2. The MS instrument contains a trapped ion mobility spectrometry (TIMS) analyzer delivering high mobility resolution 3. The MS instrument must have a dimension of no more than 257 x 98 x 141 cm 4. The MS instrument must be under otof control/Hystar based data system, or equivalent, for instrument control and acquisition 5. The MS instrument must have a MS sensitivity of 1pg reserpine S/N>100 RMS 6. The MS instrument must be able to isolate ions with m/z values up to 3000. The quadrupole mass range need to be up to 40,000 m/z 7. The MS instrument must have a mass accuracy of < 0.8 ppm when calibrated internally 8. The MS instrument must have a quadrupole control system allowing to synchronize quadrupole isolation with mobility elution time for the parent ion 9. The MS instrument must have an ion transfer capillary that is orthogonal to the funnel entrance for improved system robustness 10. The software must allow for the detection of features in retention time, mobility and m/z dimension 11. The software must allow for Fully automated isotope pattern matching with the generation of a list of the sum formula from both mass accuracy as well as the isotope pattern matching 12. The software must support Extracted Ion Chromatograms within +/- 0.5-1 mDa error for screening of complex mixtures 13. The software must allow for the analysis of untargeted metabolomic samples in five dimensions, including precursor mass deviation, retention time deviation, isotopic patter quality, MS/MS fragment score, and true CCS deviation. These parameters must be user definable and easily readable through an Annotation Quality symbol 14. The software must utilize the T-ReX 4D algorithm, or equivalent, to extract features from the samples for analysis 15. The software must allow for the user to find all buckets that possibly contain isomers 16. The software must increase confidence in IDs of lipids by predicting CCS values for lipid structures III. PERIOD OF PERFORMANCE: The period of performance required for total performance is estimated from award date September 23, 2019 through January 31, 2020. Estimated completion for the delivery of equipment is December 13, 2019. IV. DELIVERY: FOB Point shall be Destination, Bethesda, MD. Place of delivery is: 10 Center Drive, Bethesda, Maryland, 20892. Risk of loss or damage to the supplies provided under this acquisition shall remain with the Contractor until, and shall pass to the Government upon, delivery of the products to the Government at the f.o.b. destination specified in accordance with FAR 52.212-4(j). All equipment delivered shall contain a Packing Slip (with serial numbers when applicable). V. INSTRUCTIONS: The government requests responses from qualified sources capable of providing the requirement as outlined above and in the BOM. If providing an equal product(s), please supply descriptive data for evaluation purposes to determine the validity of how it is an EQUAL. The following FAR provision apply to this solicitation and is incorporated by reference: FAR 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation if identified as "brand name or equal", the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must - (1) Meet the salient physical, functional, or performance characteristics specified in the solicitation; (2) Clearly identify the item by - (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision). All quotes shall include: price(s) (unit price, extended price, total price); manufacturing country of origin of the products; documentation demonstrating vendor is either the manufacturer or authorized distributor/reseller of the product(s); delivery timeframe; point of contact: name, phone number & email; DUNS #; Cage Code; business size under NAICS 334516; and payment terms. Vendor shall provide individual line item pricing for products/services as demonstrated in the BOM. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. The Government may evaluate only those quotes that fully meet the requirements as outlined above and respond to the solicitation instructions and requirements. Failure to furnish a full and complete quote as instructed may result in the Vendor's response being considered non-responsive and will therefore be eliminated from further consideration and award. Quote must be submitted via email to the Contract Specialist, Tamara McDermott, at tamara.mcdermott@nih.gov on or before Thursday, September 12, 2019 5:00 pm EST. All or part of the successful vendor's quote may be incorporated in any purchase order resulting from this solicitation. The successful vendor's quote may be incorporated by reference. Reference Solicitation ID: RFQ-RML-1977390 on your quote. By submission of a quote, the vendor acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) https://www.sam.gov/portal/public/SAM/ prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. [Note: Lack of registration in the SAM will make a vendor ineligible for award]. VI. SECTION 508 Section 508 of the Rehabilitation Act, as amended by the Workforce Investment Act of 1998 (P.L. 105-220) requires that when Federal agencies develop, procure, maintain, or use information and communication technology (ICT), it shall be accessible to people with disabilities. Federal employees and members of the public who have disabilities must have access to, and use of, information and data that is comparable to people without disabilities. Vendors must identify whether a quoted Information and Communication Technology (ICT) product or service is compliant with the Section 508 accessibility standards at 36 CFR 1194. The quote must also identify where full details of compliance can be found (e.g., vendor's website or other exact location.) For more information on Section 508 standards visit https://www.section508.gov/. VII. EVALUATION: The Government will award a purchase order resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. NIAID will make that determination based on the capability of each vendor's quote to provide all requested products/services, meet the brand name or equal salient characteristics, provide the quoted products/service in a timely manner, warranty, past performance, and reasonable price. Only quotes that are determined to be technically acceptable will be evaluated for the remaining factors. The Government's objective is to obtain the highest technical solution considered necessary to achieve the project objectives with a reasonable price. In the event quotes are evaluated as equal in non-price factors, price will become a major consideration in selecting the successful Vendor. Responses to this solicitation may be considered for award after it has been determined that the quote adequately addresses the requirements for Section 508. VIII. SPECIAL NOTICE TO VENDORS Vendors are advised that the Government may share your information with non-government personnel who are assisting with the evaluation of quotes. The exclusive responsibility for source selection will reside with the Government. By submitting your quote, you will be consenting to disclosure of your quote to non-government personnel for purposes of evaluation. IX. QUESTIONS: If you have questions regarding this requirement, please submit inquires immediately, but no later than Monday, September 9, 2019 5:00 PM EST, via email to the Contract Specialist, Tamara McDermott, at tamara.mcdermott@nih.gov. The Government will issue an amendment to the RFQ responding to questions, if needed. X. PROVISIONS, CLAUSES & OTHER Vendors must complete annual representations and certifications on-line at http://www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. The Contractor shall comply with the following Federal Acquisition Regulations (FAR) provisions and clauses, which are incorporated by reference, to implement provisions of law or Executive Orders applicable to acquisitions of commercial items. The full text versions may be accessed electronically at: https://www.acquisition.gov/far/. FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2018) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation (Jan 2017) FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.227-19 Commercial Computer Software License (Dec 2007) FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) The following additional Health and Human Services Acquisition Regulations (HHSAR) provisions and clauses are applicable to this requirement: HHSAR 352.203-70 Anti-Lobbying (December 18, 2015) HHSAR 352.208-70 Printing and Duplication (December 18, 2015) HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) HHSAR 352.239-73 Electronic Information and Technology Accessibility Notice (December 18, 2015) HHSAR 352.239-74 Electronic and Information Technology Accessibility (December 18, 2015) Copies of the above-referenced clauses are available from http://www.hhs.gov/policies/hhsar/ or upon request, either by telephone or fax. The following additional FAR provisions and clauses are applicable to this requirement and provided in full text as Attachment 2 - Full Text Provisions and Clauses: FAR 52.212-1 Instruction to Offerors - Commercial Items (Oct 2018) Amended FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2019) FAR 52.204 -24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) FAR 52.225- 6 Trade Agreements Certificate (May 2014) XI. LIST OF ATTACHMENTS Attachment 1 - Bill of Materials (BOM) Attachment 2- Full Text Provisions and Clauses
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ-RML-1977390/listing.html)
- Place of Performance
- Address: 10 Center Drive, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN05429131-W 20190905/190903231315-4c73b63d67ec198447f79b36139aa0a7 (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 |