Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 7,1998 PSA#2068

Centers for Disease Control and Prevention, Procurement and Grants Office, 255 East Paces Ferry Road, NE, Room 419, Atlanta, Georgia 30305

66 -- TIME-OF-FLIGHT MASS SPECTROMETER SOL 98C158(N) DUE 043098 POC William Bancroft, Contract Specialist, (404) 842-6776 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number is 98C158(n) and is issued as a Request for Proposal (RFP). The solicitation and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 90-37. The standard industrial code (SIC) is 3829; the small business size standard is 500 employees. I. DESIGN SPECIFICATIONS: (1) The Time-Of-Flight Mass Spectrometer System with Electron Impact (EI) ionization Source shall include: (a) a full range spectral acquisition rate of 500 scans per second; (b) a 5-1000 mass range capability (unit mass resolution) with a differential pump system that generates helium flow rates of 1-10 ml/min; (c) a computer controlled kinetic energy compensating ion mirror for enhanced mass resolution of fragment ions where the ion mirror alters the flight path to compensate for small kinetic energy differences; (d) A time array detector(TAD) with microchannel plate assembly with V shaped opposite angle vectors for minimum band dispersion with a signal gain of 10E8 ; (e) A splitless injection detection limit of a 2 pg/uL solution of hexachlorobenzene generating a 10:1 signal to noise ratio on the 284 ion for a hexachlorobenzene chromatographic peak 1 second wide or less at the base acquired at a rate of 20 spectra/second at a mass spectrum (acquisition range of 50 to 300u) identifiable against a NIST mass spectral database; (f) zero spectral skewing across the entire mass range and chromatographic peak reproducibility errors <1%; (g) Data system Windows based Pegasus II software with integrated external chromatographic controls, spectral deconvolution algorithms, automatic peak find, QC management software, 2.6 Gb optical drive disk with HP optical drive kit, computer system 300 MHZ upgrade to include 64 Mb RAM and CD drive, automated ion switching to extend system calibration ranges for quantitative analysis to between 5 and 6 orders of magnitude, automated peak saturation detection software and automated peak comparison software; (h) HP 6890 GC with split/splitless insulator and cryogenic oven (I) HP 6890AS autosampler with injector tower and controller; (j) 1600z 1200NI 21" color monitor. SPECIFIC INSTRUMENT SYSTEMS: (1) Gas chromatograph with autosampler; (2) Mass spectrometer; (3) Vacuum system (capability of 10mL/min flow rate); (4)Electronics and data system (5) heated GC/MS transfer line interface with upper limit of 350o C; (6) Inlets and accessories. PERFORMANCE SPECIFICATIONS: (a) System should provide a 500 scan/second acquisition rate; (b) a 5-1000 mass range with unit mass resolution; (c) zero spectral skewing across the full mass range with reproducibility errors in chromatographic peak reproducibility of < 1%; (d) A microchannel plate assembly with V shaped opposite angle vectors for minimum band dispersion with a signal gain of 10E8; (e) A splitless injection detection limit of a 1pg/uL solution of hexachlorobenzene generating a 20:1 signal to noise ratio on the 284 ion for a hexachlorobenzene chromatographic peak 1 second wide or less at the base acquired at a rate of 20 spectra/second at a mass spectrum (acquisition range of 50 to 300u) identifiable against a NIST mass spectral database. The contractor shall provide full warranty coverage for the instrument for a one year period after installation. The contractor shall provide on-site training in the operation of the equipment following installation. Training shall be a minimum of five (5) days. Delivery shall be made FOB Destination within one hundred fifty (150) days of contract award. Delivery and installation shall be made to 4770 Buford Highway, N.E., Building 17, Loading Dock, Atlanta, Georgia 30341-3724. Acceptance shall be at 4770 Buford Highway (Chamblee Campus), upon completion of installation, demonstration and training. Payment terms are 80% upon completion on installation and demonstration of compliance with specifications, and 20% upon completion of training. The provisions at FAR 52.212-1, Instructions to Offerors -- Commercial Items is applicable. The provision at FAR 52.212-2, Evaluation -- Commercial Items is applicable. Technical merit and past performance, when combined, are significantly more important than cost or price. The name and telephone number of at least three (3) laboratories where this Mass Spectrometer has been operating within the United States for at least one (1) year must be provided. Evaluation of technical merit will include whether the offeror has demonstrated compliance with the stated requirements as well as flexibility of design, over-engineering with a view to support future enhancements and demonstration of quality of analytical results. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications—Commercial Items with all offers. Contract Terms and Conditions -- Commercial Items is applicable. The following additional terms and conditions are included by addenda: FAR 52.214-34, Submission of Offers in the English Language (APR 1991); FAR 52.214-35, Submission of Offers in U.S. Currency (APR 1991); FAR 52.225-10, Duty-Free Entry (APR 1984); and FAR 52.229- 6, Taxes -- Foreign Fixed-Price Contracts (JAN 1991). The following FAR clauses are applicable to this solicitation: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.202-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-9, Buy American Act -- Trade Agreements Acts -- Balance of Payments Programs; 52.246-18, Warranty of Supplies of a Complex Nature. The Defense Priorities and Allocations System (DPAS) does not apply. Written Proposals are due at 2:00 PM, April 27, 1998 to the following address: Centers for Disease Control & Prevention, Procurement & Grants Office, Contracts & Purchases Branch, 255 East Paces Ferry Road. N.E., Room 419, Atlanta, Georgia 30305. For information regarding this solicitation, contact Bill Bancroft at (404)842-6776. All responsible sources may submit an offer. No telephonic requests for the solicitation package will be accepted. (0093)

Loren Data Corp. http://www.ld.com (SYN# 0383 19980407\66-0008.SOL)


66 - Instruments and Laboratory Equipment Index Page