Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2007 FBO #1971
SOLICITATION NOTICE

66 -- HPLC System

Notice Date
4/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Midwest Area Urbana, IL, 1101 West Peabody Drive Room 180, Urbana, IL, 61801, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-518P-S-07-AA03
 
Response Due
4/30/2007
 
Archive Date
5/15/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work: A suitably-equipped HPLC system (Brand name or Equal)is needed for analysis of chemicals and metabolites in our research to investigate the fate of herbicides in the environment (NP202 CRIS project 3611-12220-006-00D) and to identify components of chemical exudates from weed seeds (NP304 CRIS project 3611-22000-018-00D). The instrument(s) must meet or exceed the following Salient Charasteristics: An HPLC system is comprised of modules assembled together to meet the users needs, and compatibility between all the components is critical. Thus, the system is usually purchased as a whole, from one manufacturer. The specifications for each component are listed below, with minimum requirements expected for each. Good technical support is essential. 1) System Controller as a central source of communication and control/system monitoring. The system controller must provide control and/or monitoring of autosampler, column oven, pumps, and minimum of two detectors. The system controller must be equipped with connectors for communication to components. The controller must have RS-232C and TCP/IP interfaces for communication with a PC-based chromatography workstation. When connected with a PC chromatography workstation, the system controller should have data buffering capability to protect collected chromatography data from PC failure.The controller must be able to store multiple separate method and sequence files. 2) Photodiode Array UV/Vis detector. The detector must have a wavelength range of 190 nm - 800 nm, wavelength accuracy plus or minus 1 nm, noise level of 0.6 x 10-5 AU, drift less than 0.5 x 10-3 AU/hour at 250 nm and 600 nm with air in the cell). The detector is to be equipped with a dual light source consisting of a D2 lamp and a W halogen lamp. The detector must have a built-in Hg lamp for wavelength accuracy check. The detector must have a selectable slit width of 8nm or 1.2 nm. The detector must be supplied with a temperature-controlled flow cell and be able to monitor the cell temperature. The detector must be linear up to 2.0 AU (ASTM method). The light source lamps must be lit in 3 modes: D2 only, W only and both D2 and W. The detector flow cell must have a pressure tolerance of 12 MPa. The detector must have automatic wavelength accuracy check and wavelength correction. The detector lamp must not require optical alignment when replaced and must be accessible from the front of the unit. The detector must have a leak sensor as a safety feature. The detector must provide an integrated 4 channel analog output. 3) Quaternary Solvent Delivery Pump. The HPLC pump will deliver 0.001 to 10.000 mL/min with accuracy of plus or minus 2 % or pus or minus 2 microliters/min whichever is larger, and precision within plus or minus 0.3 %, to be operable in constant flow or constant pressure modes, and isocratic, binary high pressure gradient, ternary high pressure gradient and quaternary low pressure gradient modes. A low-pressure gradient formation unit must be installed in the pump, and will be controlled by the solvent delivery unit or by the System Controller. The solvent delivery unit must be able to store gradient programs. The pressure should be displayed in MPa, kgf/cm2, Bar or Psi, as selected by the user. The pump must include validation firmware that checks pump memory, pulsation, flow rate, gradient accuracy, and leakage. The solvent delivery unit should have a leak sensor as a safety feature. The pump must have a system protection feature that reduces the flow rate until the maximum pressure is not exceeded. The pump must be able to provide a warning for low solvent levels. 4) In-line vacuum degasser for mobile phases. The degasser must be powered via the solvent delivery unit (including the isocratic, binary, and quaternary) and have the ability to be powered externally. The degasser membrane must be made of Teflon AF (brand name or equal) for maximum efficiency. 5) Gradient Mixer with variable mixing volumes 6) Autosampler. The autoinjector must accommodate sampling from 1 mL vials and microtiter plates. The autoinjector must provide an injection volume repeatability of <0.3% for a 10 μL injection and an injection volume accuracy of plus or minus 1% for 50 μL injections. The autosampler must provide temperature control from 4 to 40 degrees C. The autoinjector must provide a repeat injection mode that allows injection of a predetermined number of samples repeatedly at periodic intervals. The sample injection method must be a variable volume sample injection without any sample loss. Sample volume setting range: 0.1 - 100 microliter in 0.1 microliter steps from 0.1 to 0.9 microliter, 1 microliter steps from 1 to 100 uL. The autoinjector must have a pH range of 1-14. The autoinjector must have a leak sensor as a safety feature. The autoinjector must be able to perform an automatic purge cycle. 7 Column oven. The oven must heat evenly across the column and maintain constant temperature even with power source voltage fluctuations. Temperature control range is (ambient + 10)degrees C to 85 degrees C and the temperature setting range is 4 degrees C to 85 degrees C in 1 degree C steps. Temperature control precision is plus or minus 0.1 degrees C. The column oven will have time programming capability in stand-alone (320 steps) or system controlled configuration for setting temperature ranges and oven ON / OFF. The oven will have safety features including a temperature limit device which sets a maximum temperature, a thermal fuse, and a flammable solvent leak sensor. The oven must be able to monitor room temperature. The oven must perform linear temperature regulation. The oven must allow adjustment of leak sensor sensitivity. 8. Software package that provides data acquisition and instrument control. Software must be user-friendly for data acquisition, report generation, and data management, and manage automated procedures from instrument conditioning to shutdown. Software must be manufacturer supported, and upgradeable. 9) System must provide the capability of a future add-on of a third-party radionucleotide detector. 10) Computer and monitor - Computer must provide suitable configuration for running manufacturer-provided software for instrument control and data acquisition and analysis. Computer must be equipped with Pentium D(brand name or equal) Processor, 1024 MB dual channel DDR2 533 SDRAM, 320GB serial ATA150 hard drive, DVD-R/RW drive, memory expandable to 4GB, keyboard, mouse, 128MB ATI Radeon X300 (brand name or equal) SE PCi Express graphics Card, network connection, four PCI slots, two PCI express, two serial ports, one parallel port, 8 USB 2..0, Integrated Flex 6 Audio. Computer must be equipped with a 17 inch flat panel monitor. 11) Installation and customer familiarization - training 12) Please describe your standard warranty for parts and service. 13) Please explain the technical support which will be offered for this instrument after purchase and installation DESCRIPTIVE LITERATURE: Offerors shall submit 2 copies of the descriptive Literature describing their proposed equipment in enough detail to ascertain whether the equipment meets the criteria listed above. REJECTION OF QUOTE: Failure to demonstrate compliance will be cause to reject the quotation without further discussions. All responsible sources may submit an offer which will be considered. The following provisions and clauses apply to the acquisition and can be found in full text at http://www.arnet.gov/far/loadmainre.html. FAR 52.252-1, Solicitation Provisions provided by Reference are as follows: FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Provide with Quote); FAR 52.212-1, Instructions to offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3 Offeror Representation and Certifications - Commercial Items (Provide with Quote); FAR 52.214-21, Descriptive Literature (Provide with Quote); FAR 52.204-7, Central Contractor Registration (All offerors must be registered in the Central Contractor Registration (CCR) Database in order to receive an award). The website address for registration is: http://www.ccr.gov); and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.211-6, Brand Name or Equal; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this acquisition. FAR 52.219-6, Total Small Business Set-Aside; FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.225-3, Buy American Act - North American Free Trade Agreement - Israeli Trade Act; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (3 U.S.C 3332); 52-232-36, Payment by Third Party (31 U.S.C 3332) and FAR 52.233-3, Protest After Award. The above FAR clauses may be viewed at http://arnet.gov/far SHIPPING: FOB Destination. DOCUMENTS INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a quotation on company letterhead detailing the item description, unit price 2) descriptive literature, brochures; 3) at least 3 to 5 references for the proposed equipment. References must have received the proposed equipment within the last three (3) calendar years (Government references are preferred but will accept commercial references). References shall be provided for the product proposed and if possible include e-mail address of contact person; and 4) Offerors shall include a completed copy of the provisions FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at http://arnet.gov/far. DELIVERY TO: UDSA/ARS/MWA, Invasive Weed Management Unit, C-316 Turner Hall, 1102 S. Goodwin Ave., Urbana, IL 61801. PROPOSAL PRICE MUST INCLUDE any freight or shipping as well as any applicable duties, brokerage, or customs fees. DELIVERY DATE DUE: The Government requires delivery on or before 30 days after award, however, each offeror shall include their proposed delivery schedule as part of their quotation. FAR 52.212-2 EVALUATION - COMMERCIAL ITEM, the significant evaluation factors, in the relative order of importance are (i) technical capability of the item offered to meet the Governments requirement including delivery date; (ii) past performance; and (iii) price (based on F.O.B Destination), technical and past performance are more important than price. EVALUATIONS & AWARD FACTORS - The contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation is determined most advantageous to the government, cost and other factors considered. Each quote shall respond to each of the evaluation factors identified below. With the exception of past performance, a technical evaluation will be performed on each quote based solely on the information furnished and not on previous knowledge and associations. The evaluation factors are as follows: (1) Technical Evaluation Factors: A) All quotes will be rated by comparing descriptive literature against the salient characteristics. B) Delivery C) Warranty: Explain all details of the warranty. If an extended warranty is available explain details of extended warranty including price and availability after initial warranty expires. The Offeror shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Governments rights under the Inspection clause nor does it limit the Governments right with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with this response. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of those documents related to this procurement. Furnish quotes to Randa Plotner, Purchasing Agent, USDA/ARS/MWA, 1101 W. Peabody Drive, 180 NSRC, Urbana, IL 61801, no later than April 30, 2007. Quotes and other requested documents may be provided by facsimile to 217-244-7703 if desired. Additional information may be obtained by contacting the Contracting Officer at 217-244-3262 or e-mail to randa.plotner@ars.usda.gov.
 
Place of Performance
Address: USDA/ARS, Invasive Weed Management Unit, C-316 Turner Hall, 1102 S. Goodwin Ave., Urbana, IL
Zip Code: 61801
Country: UNITED STATES
 
Record
SN01275660-W 20070420/070418220342 (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.