Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2008 FBO #2413
SOLICITATION NOTICE

66 -- Purchase of Seven LCMS Systems, peripherals, and software with delivery, set-up, training, and maintenance

Notice Date
7/3/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
 
ZIP Code
72079-9502
 
Solicitation Number
FDA-SOL-08-00794
 
Point of Contact
Barbara J Arnold, Phone: (870) 543-7483
 
E-Mail Address
barbara.arnold@fda.hhs.gov
 
Small Business Set-Aside
N/A
 
Description
The Food and Drug Administration intends to award a Fixed Price Contract for the items listed below. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR 13.5 (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) The solicitation number is FDA-SOL-08-00794. This solicitation is issued as a Request for Proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, June 12, 2008. (iv) The associated North American Industry Classification System (NAICS) Code is 334516 - Analytical Laboratory Instrument Manufacturing, Small Business Size Standard 500 Employees. (v) The Food and Drug Administration is soliciting for supplies per the description as follows: Scheduled items include: Purchase of Seven LCMS Systems, peripherals, and software with delivery, set-up, training, and maintenance at seven FDA laboratories in multiple geographic locations (Jefferson AR, Irvine CA, Lenexa KS, Jamacia NY, Bothell WA, Atlanta GA, College Park MD). Objectives: a. Purchase and setup instruments. b. Train field staff on site and at vendor-sponsored classes. c. Validate methods to monitor pesticide residues at seven FDA laboratories. d. Provide Warranty Service Agreement for instruments for a period of three years. Minimum mass spec instrument requirements for this project: Though each of these specifications are individually important to the success of the implementation of the system, a system which possesses and uses these features collectively is necessary to meet the government’s objectives. General Requirements: An integrated high performance bench top hybrid triple-quadrupole/linear ion trap LC/MS/MS system. Instrument shall have an advanced source housing hosting interchangeable APCI (Atmospheric Pressure Chemical Ionization) probe and ESI probe. The source probe housing shall feature high temperature ceramic heaters for high flow characteristics and orthogonal spraying for improved robustness utilizing interchangeable ESI and APCI sprayer probes. The source housing must have two viewing ports – one large frontal and one lateral - for best performance optimization. Each probe must be coded for automated identification by the software/firmware of the host system. The source housing must include a pair of high temperature ceramic heaters, creating symmetrical turbo gas streams for optimum sample desolvation. ESI probe must be capable of: Ionization voltage: From -4.5 kV to +5.5 kV, user selectable. Flow rate compatibility: From 5 L/min to 3000 L/min, without flow splitting. APCI probe should be capable of: Flow rate compatibility: From 50 L/min to 3000 μL/min, without flow splitting. Corona discharge current: From -5 μA to +5 μA, user selectable. Nebulizer gas from 0 to 90 psi (0-0.62 MPa), user selectable using zero grade air or Nitrogen. Turbo gas (GS2): From ambient to 750º Celsius and from 0 to 90 psi, user selectable. Zero grade air or Nitrogen. The instrument shall include a syringe pump for direct infusion of samples that is capable of delivering flow rates between 10 uL/min to over 10 mL/min. The instrument should include a 10 port, 2 position switching valve capable of operating as an injector, diverter valve, or for column switching experiments. Both devices have full software control. The instrument shall contain at least a single thin aperture from atmosphere into the vacuum chamber which can be removed and cleaned without the use of any tools. The aperture must be followed immediately by a high-efficiency RF-only ion guide for ion focusing and containment. This is followed by a high pressure RF quadrupole followed by a metal alloy quadrupole mass filter. A pre-filter is to be located between the RF quadrupole and the first mass filter to help further focus the ions. The pre-filter region must be capable of cooling, slowing and holding ions prior to release into Q1 to enhance the sensitivity and avoid loss of ions (Q0 trapping). The instrument shall employ a high-pressure quadrupole linear accelerator collision cell with axial electric field ion acceleration technology following the first mass filter used for high efficiency MS/MS fragmentation. The second mass analyzer shall be of a gold-plated ceramic quadrupole mass filter/linear ion trap design. The detector of the MS shall be an ion counting, discrete dynode, electron multiplier. The system must have a mass range of 5 – 2800 m/z. The system shall be able to perform the following: enhanced linear ion trap scan modes with enhanced MS scan for fast, sensitive full scan single MS. System must allow for Q0 ion trapping and afford the following functions: •Enhanced Multiply Charge scan significantly reducing the singly charged ion detection in a single MS scan. •Enhanced Product Ion scan for fast, sensitive full scan MS/MS (up to 500 times more sensitive than traditional triple quadrupole product ion scanning). •Enhanced Resolution scan for improved mass accuracy and charge state determination and/or isotope pattern determination •MS/MS/MS scan for multistage fragmentation •MS/MS/MS scan for selective quantitation to avoid matrix interferences. •Time-Delayed Fragmentation scan to reduce the amount of secondary fragment ions detected in a full MS/MS scan •Combine traditional RF/DC scan modes and Enhanced MS, Enhanced MS/MS and MS/MS/MS scanning capability through Information Dependent Acquisition (IDA) for MW and structural information from a single injection •Product ion scanning for structural elucidation •Precursor ion and neutral loss scanning The instrument shall be able to vary the collision energy while filling the linear ion trap. The instrument shall be able to run in normal MRM operations and using logic built into the software, automatically switch into Q3-Linear Ion Trapping mode for logic directed full spectrum confirmation of compounds. The linear in trapping portion of Q3 much use axial ejection of the ions to the detector. The instrument must be able to operate as a triple quadrupole, linear ion trap, and as a triple quadrupole and linear ion trap during the same run. Q3 must be able to switch between MRM and Enhanced Ion Scanning in under 2 mSec. The instrument must include a 550 pesticide MRM library which defines all the optimal parameters for MS/MS analysis, with defined chromatography and retention times for each compound. The instrument must be able to switch from positive ion to negative ion mode and back to positive ion mode. The instrument must be able to do this under continuous operation, saving the resulting positive and negative ion data to disc. Other Requirements: For laboratory flexibility the integrated system must allow for the use of multi vendor HPLC interfacing with direct, single point software control resident to the MS software including Shimadzu Prominence HPLC systems, Agilent 1200, Dionex 3000 and Waters Acquity. The proposal must include a Shimadzu binary modular HPLC system (flow rates 0.0001-10.0 ml/min.) with full software integration, autosampler with needle rinse pump, column temperature control module, 100ul semi-micro mixer, and pump solvent/autosampler rinse phase vacuum degasser. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to finish required representations, and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. (vi) Contract type: Commercial Item - Firm Fixed Price. Simplified procurement procedures in accordance with FAR 13.5 will be utilized. (vii) The period of performance is 60 days or less after receipt of order (ARO). FOB Point Destination (Multiple-Site Delivery Points), with services on-site. FOB Point of Delivery for Services and Supplies provided will be the Food and Drug Administration, NCTR, Jefferson Laboratories, 3900 NCTR Road, Jefferson, AR 72079-9502. (viii) The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2 Evaluation – Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: (a) The Government will award a contract 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: (i) Technical capability of the item offered to meet the Government requirement; (ii) past performance; (iii) price. Technical and past performance, when combined, are equal when compared to price. The technical evaluation will be determination as to whether the proposed contractor is capable of completing the work. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the government to determine whether the product meets the technical requirements. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the offeror, past record of meeting delivery schedules and service/maintenance reputation. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. (x) Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. Offers must be submitted on a SF-1449, which can be found at http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF (xii) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, 52.219-8, 52.219-9, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.225-13, 52.232-33 and 52.232-34. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. (xiii) A standard commercial warranty on parts and workmanship is required. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. (xv) Applicable Numbered Note(s) None (xvi) Offers are due in person, by mail or fax on or before July 21, 2008 by 17:00 hours (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas), at Food and Drug Administration OC/OSS/OFFAS 3900 NCTR Road, Jefferson, AR 72079-9502. (xvii) For information regarding this solicitation, please contact Barbara Arnold @ (870) 543-7483, FAX (870) 543-7990, email barbara.arnold@fda.hhs.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=be27e39b83e860379c38f6c1ba8aa0b4&tab=core&_cview=1)
 
Place of Performance
Address: Multiple Geographic Locations as listed, United States
 
Record
SN01606970-W 20080705/080703215349-be27e39b83e860379c38f6c1ba8aa0b4 (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.