SOLICITATION NOTICE
66 -- Gas Chromatography / Mass Spectrometer for Quantification of Ink-Jetted High-Explosives, Drugs of Abuse, and Pharmaceuticals
- Notice Date
- 8/9/2006
- Notice Type
- Solicitation Notice
- 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, MD, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-06-Q-0633
- Response Due
- 8/19/2006
- Archive Date
- 8/20/2006
- Description
- This 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 supplemented with additional information included in this notice. FAR Part 13, Simplified Acquisition Procedures are utilized in this procurement. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2006-11. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is being competed on an unrestricted competitive basis. Quotations will be considered from any responsible Offeror. The U. S. Department of Commerce (DOC), The National Institute of Standards and Technology (NIST) requires a Gas Chromatography/Mass Spectrometer (GC/MS) for quantification of ink-jetted high-explosives, drugs of abuse, and pharmaceuticals as well as installation and training for that instrument. Minimum requirements are listed below. CLIN 0001: A GC/MS SYSTEM THAT MEETS OR EXCEEDS THE FOLLOWING MINIMUM SPECIFICATIONS; QUANTITY; 1; UNIT: EACH: Split/splitless programmed temperature vaporizing (PTV) inlet Cool-on column injection directly onto the GC column. Automatic liquid sampler (autosampler). Automatic pressure control Ability to download and store analytical procedure instrument setup files Ability to convert a full scan method (the mass filter is set to sequentially pass the full spectrum) to Select Ion Monitoring (SIM) method (the mass filter is set to pass one selected ion.) Electron impact ionization (EI) (see http://en.wikipedia.org/wiki/Electron_ionization for a complete definition) Both positive and negative ion Chemical Ionization (CI) (see http://en.wikipedia.org/wiki/Chemical_ionization for a complete definition) Automatic tuning for both EI and CI modes The required instrument shall be provided with built-in software analysis routines for identification of drugs of abuse, pharmaceuticals and explosives. At a minimum, these routines shall provide automatic setting of instrument control parameters (temperature, pressure, injection volume, sampling time, mass spec settings) for each of the following analytes: TNT, RDX, PETN, Heroin and Cocaine. System software shall include the NIST 2005 mass spectral database. The library is an encyclopedic database used to identify chemical compounds and includes a collection of electron impact (EI) mass spectra, Kovats retention index library and MS/MS spectral library. The system software must be able to search mass spectra collected on the new instrument versus the NIST 2005 mass spectral database. The system must be capable of the analysis of pure high explosives (RDX, TNT, PETN), and drugs of abuse (Cocaine and Heroin). The system must be capable of quantitative analysis of cyclotrimethylenetrinitramine (RDX) and Pentaerythritol Tetranitrate (PETN) in plastic bonded explosives of composition C4 and Semtex. The system shall be capable of quantification of 10 % by weight (RDX, TNT, PETN), and drugs of abuse (Cocaine and Heroin) in a 3% w/v solution of poly (D,L lactide-co glycolide) in dichlormethane. The system shall allow the addition of accessories to provide sampling flexibility or to create an application specific system. Also, flexibility is required to add up to three additional detectors (Flame ionization detector (FID), Thermal Conductivity detector (TCD), Electron Capture detector (ECD), Flame Photometric detector (FPD). Capability for add on headspace sampling system Capability for utilization of solid phase micro-extraction The system must be capable of analysis of pure explosives (RDX, TNT, PETN), and drugs of abuse (Cocaine and Heroin) with a limit of detection of 1-10 pg and a relative standard deviation of 5% for 10 replicate analyses at a concentration level of 1ng. Ideally, this level of performance should be demonstrated for solutions of these materials in isobutanol. The analysis of cyclotrimethylenetrinitramine (RDX) and Pentaerythritol Tetranitrate (PETN) in plastic bonded explosives of composition C4 and Semtex should be reproduced within 5% relative standard deviation for 10 replicate analyses at a concentration level of the RDX and PETN of 10ng. The system shall be capable of quantification of 10 % by weight of TNT solutions in a 3% w/v solution of poly (D,L lactide-co glycolide) in dichlormethane with a 5% relative standard deviation for 10 replicate analyses. The Contractor shall provide, with CLIN 0001, standard operating procedures (SOPs) including all instrument analysis settings, sample preparation procedures and post analysis data processing for analysis of explosives (RDX, TNT, PETN), and drugs of abuse (Cocaine and Heroin) in dilute isobutanol or acetonitrile solutions. The procedures can be in the form of written documentation or settings files resident on the control computer. The CLIN 0001 system shall be delivered to NIST within 90 days of Contractor acceptance of the purchase order. CLIN 0002: INSTALLATION OF ITEM NO. 0001 AT NIST; QUANTITY; 1; UNIT: JOB: The Contractor shall install the system at NIST after it is delivered to NIST. Installation shall occur within 2 weeks of delivery, Monday-Friday 8:30 AM-5:00PM in Bldg 217, Room A203 of the National Institute of Standards and Technology, Gaithersburg, MD 20899. All necessary services (electrical, plumbing, ventilation) will be supplied by NIST. CLIN 0003: TRAINING OF NIST PERSONNEL FOR USE OF CLIN 0001; QUANTITY; 1; UNIT: JOB: The Contractor shall provide training at NIST for up to 4 people within a week of NIST acceptance of CLIN 0001. Training must cover the following topics, at a minimum: basic operation and maintenance of the system, specific application for identifying and quantification of high explosives and drugs of abuse, and a demonstration of the procedures required to achieve the performance metrics defined in CLIN 0001 above. CLIN 0001 SHALL BE OFFERED ON AN FOB DESTINATION BASIS ONLY; THE GOVERNMENT WILL NOT CONSIDER OFFERS ON ANY OTHER BASIS. The following provisions and clauses apply to this acquisition: 52.212-1; 52.212-3; 52.212-4; 52.212-5 including subparagraphs: (14) 52.222-3; (15) 52.222-19; (16) 52.222-21; (17) 52.222-26; (18) 52.222-35; (19) 52.222-36; (20) 52.222-37; (26) 52.225-13; (31) 52.232-33. All clauses may be viewed at http://acquisition.gov/far/index.html QUOTATION SUBMISSION INSTRUCTIONS: EACH QUOTATION SHALL CONTAIN THE FOLLOWING INFORMATION: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description for the CLIN 0001 offered solution, with sufficient detail included such that the Government can evaluate whether the offered CLIN 0001 solution complies with ALL of the technical requirements for CLIN 0001 above in this solicitation. This may include product literature, or other documents, if necessary. PLEASE ENSURE THAT ALL TECHNICAL REQUIREMENTS FOR CLIN 0001 ARE ADDRESSED IN THIS PORTION OF THE QUOTATION, AND INCLUDE ALL INSTALLATION REQUIREMENTS FOR CLIN 0002 (E.G., HVAC, PLUMBING AND ELECTRICAL SPECIFICATIONS TO INCLUDE ANY INSTALLATION ?CUT SHEETS? SPECIFYING UTILITY LOCATION AND TYPE OF CONNECTIONS REQUIRED. (5) Terms of any express warranty; (6) Firm-fixed-price for CLINs 0001, 0002 and 0003 and any discount terms; (7) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (8) Acknowledgment of Solicitation Amendments, if any; (9) Past performance information, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers, email addresses, fax numbers and other relevant information); and (10) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. NOTE: THE PRICING PORTION OF THE QUOTATION SHALL BE SUBMITTED AS A SEPARATE DOCUMENT FROM ALL OTHER PORTIONS OF THE QUOTE. The Government will not provide any contract financing or advance payments for the resultant purchase order; therefore, the offered solution shall be priced accordingly. PAYMENTS UNDER THE RESULTANT PURCHASE ORDER WILL ONLY BE MADE AFTER THE GOVERNMENT ACCEPTS THE APPLICABLE CLIN AND THE CONTRACTOR THEREAFTER SUBMITS A PROPER INVOICE TO NIST FOR THE PURCHASE ORDER. Invoicing requirements are specified in clause 52.212-4(g). NOTE: The terms and conditions that will be included in the resultant purchase order will be FAR clause 52.212-4 and FAR clause 52.212-5, with the appropriate subparagraphs as noted in this RFQ also applying. No other terms and conditions will apply to the purchase order. Questions regarding this RFQ shall be submitted by email, no later than August 11, 2006 to joseph.widdup@nist.gov. NIST will provide a written amendment to the solicitation on FedBizOpps on or about August 14, 2006 to provide a list of all questions received as well as their answers to all potential Offerors. EVALUATION FACTORS FOR AWARD The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical capability of the solution offered to meet or exceed the requirements for CLIN 0001, CLIN 0002 and CLIN 0003; 2. Past performance information; and 3. Evaluated Price. Non-price factors 1 and 2 are listed in descending order of importance and, when combined, are approximately equally important to evaluated price. QUOTATIONS SHALL BE SUBMITTED BY EMAIL in Microsoft Word format, Microsoft Excel format, Rich Text (.txt) Format and/or Adobe .pdf format to joseph.widdup@nist.gov. Quotations must be received at that email address no later than August 19, 2006. FAXED QUOTATIONS WILL NOT BE ACCEPTED.
- Record
- SN01109943-W 20060811/060809220426 (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 |