Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 13, 2000 PSA #2705
SOLICITATIONS

66 -- GAS CHROMATOGRAPH/MASS SPECTROMETER

Notice Date
October 11, 2000
Contracting Office
U. S. Environmental Protection Agency, Contracts Management Division (MD-33), Attention: OARSC, Research Triangle Park, NC 27711
ZIP Code
27711
Solicitation Number
UJEEL7
Response Due
October 23, 2000
Point of Contact
James F. Kempf, Contract Specialist, (919) 541-4278/Kathy Moore, Contracting Officer, (919) 541-3504
E-Mail Address
Click here to contact the contract specialist via (kempf.james@epa.gov )
Description
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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is UJEEL7 and the solicitation is being issued as a Request for Proposal solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. The Environmental Protection Agency anticipates that the contract will be as a result of full and open competition. A firm-fixed-price purchase order, for either purchase or lease, is anticipated to result from the award of this solicitation. Quotations are requested for the following five options: (1) straight purchase of equipment, (2) 12-month lease of equipment, (3) 24-month lease of equipment, (4) 36-month lease of equipment, and (5) 36-month lease to purchase equipment. Quotations shall include standard manufacturers warranty for purchased equipment and maintenance arrangements included in price quoted for leased equipment. All leases shall have annual rights to cancel. Only one option will be selected and only one order will be placed. This procurement is NOT a total small business set aside and the NAICS No. is 334516 with a size standard of 500 Employees. This procurement is not a follow-on to a prior contract. This acquisition is for the delivery, FOB Destination, U.S.EPA, 3201 Sunrise Avenue, Las Vegas, NV, 89101, of a Gas Chromatograph/Mass Spectrometer, within 60 days ARO. Minimum Technical Performance Specifications for Gas Chromatograph/Mass Spectrometer Background: To carry out the study for which this instrument is needed, organochlorine and organophosphate insecticides, and triazine herbicides, must be measured in alpine lake waters, where concentration ranges are not known at this time, but are expected to be at or below the picogram per liter level. Final concentrations in extracts introduced to the GC/MS will be at or below the pg/mL level. A large number of samples need to be processed in a limited period during the study. Therefore, complicated procedures to concentrate extracts can not be applied. Because of the low quantities of analytes extracted, a substantial fraction of the total extract volume needs to be injected. Therefore, a high-volume sampling system capable of injecting up to 100 microliters without adversely affecting chromatographic separation will be required. In addition, the autosampler should not require a large amount of sample that will not be injected into the instrument, because this wastes sample that could otherwise be used for replicate analyses or other analytical methods. While electron impact (EI) ionization is the most common type of ionization mechanism employed in GC/MS, for some of the analytes to be measured in this study, either positive (PCI) or negative (NCI) chemical ionization will be preferred. Therefore, the instrument must be capable of all three ionization mechanisms. Technology Replacement: Vendor may have more than one technology of similar cost that meets the requirements of this procurement. If so, after the specified instrument has been leased, and the government has determined the chromatographic and mass spectrometric conditions for the required analyses, the vendor will evaluate the alternative technology using government supplied test samples. If the government determines the alternative technology is superior to the leased technology, the vendor will substitute the alternative technology. If there is any cost impact associated with substituting the alternative technology, it must be priced separately. Specifications (upon delivery) General: The instrument shall include an autosampler, gas chromatograph, and mass spectrometer, as well as a full-featured data system. Three days of on-site training on all components, functions, and capabilities of the instrument shall be included with instrument installation. Autosampler requirements: a) allows automated injection of a minimum of 24 samples b) accepts microvials such that a 50 microliter injection can be made that represents more than 30% of the vial contents Gas chromatograph requirements: a) includes an injector that selectively vents solvent automatically, allowing injection of up to 100 microliters without adversely affecting chromatographic separation. b) provides retention-time precision better than 0.1% rsd for compounds with retention times greater than 10 minutes. Mass spectrometer requirements: a) 2 to 800 amu minimum mass range in 0.1 amu steps b) provides at least 2 full mass scans per second c) includes electron impact ionization, positive chemical ionization, and negative chemical ionization d) selective ion monitoring provides up to 50 mass groups, each including up to 20 masses, that are automatically selected by the data system according to the analysis time e) provides a readout of vacuum system pressure readable on the system computer or front panel of the spectrometer f) sensitivity at installation (S:N at base peak [noise expressed as RMS of baseline]) for vendor-selected test compound EI, single ion monitoring (SIM) -- at least 10:1 for 20 femtograms injected onto the GC column EI, full scan -- at least 20:1 for 1 picogram injected onto the column PCI, SIM -- at least 10:1 for 1 pg injected onto the column with methane reagent gas, at least 100:1 for 1 pg with ammonia reagent gas PCI, full scan -- at least 50:1 for 100 pg injected onto column; methane reagent NCI, SIM -- at least 10:1 for 1 fg injected onto the column NCI, full scan -- at least 500:1 for 1 pg injected onto column; methane reagent Data system requirements: a) Hardware must be at a minimum: 500 MHz Pentium processor, 128 MB ram, 3 GB hard drive, CDROM drive. b) Operating system must be Windows NT or 98, or vendor must demonstrate compatibility of system with local area network for file backup to mainframe upon installation. c) Computer controls all significant autosampler, gas chromatograph, and mass spectrometer parameters, including gas pressure, flowrates, all temperatures, and ionization source parameters. d) Data system must be capable of handling 4 detectors. e) Includes NIST mass spectrum library, including at least 100,000 spectra, and NIST search and deconvolution programs f) Provides chromatograms and mass spectra in formats that can be exported to commercial spreadsheet and graphics programs Evaluation criteria to be included in paragraph (a) of provision 52.212.2 are as follows: Ability to meet the above minimum specifications and price. Price evaluation will be based on best value to the Government. A material imbalance in the alternate quotes will be reason for finding a quote non- responsive. The following FAR provisions apply (which can be downloaded at the following site: http://www.epa.gov/oamrtpnc/spclaus/index.htm)apply to this solicitation: 52.212-1, Instructions to Offerors Commercial Items, and 52.212-2, Evaluation Commercial Items. Offeror shall include with their offer a completed copy of provision 52.212-3, Offror Representations and Certification-Commercial Items. The following FAR clause applies to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items. The following additional FAR clauses which are cited in clauses 52.212-5 are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I: 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.219-14, Limitation on Subcontracting; 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 Viet Nam Era. Price and technical information should be submitted to James F. Kempf, Contract Specialist, U.S. Environmental Protection Agency, MD-33, Research Triangle Park, NC 27711. Courier Delivery Address is: U.S. Environmental Protection Agency, Receptionist-Administration Bldg. Lobby, Attn: James F. Kempf, 79 T.W. Alexander Drive, Research Triangle Park, NC 27709. All offers are due by October 23, 2000, 4:00PM EDT. No telephonic requests will be honored.
Web Link
Click here to visit the site that has information about (http://www.epa.gov/oam/rtp_cmd)
Record
Loren Data Corp. 20001013/66SOL009.HTM (W-285 SN5040V8)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on October 11, 2000 by Loren Data Corp. -- info@ld.com