Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2009 FBO #2609
SOLICITATION NOTICE

66 -- Headspace Sampler

Notice Date
1/15/2009
 
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 Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
REQ1052963
 
Archive Date
2/14/2009
 
Point of Contact
Jaclyn Stielper,, Phone: 301-827-7153, Doreen Williams ,,
 
E-Mail Address
jaclyn.stielper@fda.hhs.gov, Doreen.williams@fda.hhs.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-29. This announcement constitutes the only solicitation and a written solicitation will not be issued. This synopsis, NAICS code 334516, is to notify contractors that the government intends to issue a Purchase Order in accordance with FAR Part 13.106 for the following statement of work, under the simplified acquisition procedures. The Food and Drug Administration intends to award a purchase order on a sole source basis to: Agilent Technologies, Inc.. Not withstanding, any vendor that believes it is capable of providing the required service as stated herein may submit a capability statement to document its ability to provide the required product(s). A determination to compete this procurement based on a response to this notice is solely within the discretion of the Government. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. This solicitation is issued as a Request for Quote (RFQ) The Government’s period of performance is for thirty (30) days effective ARO. The Food and Drug Administration (FDA) intends to award a purchase order for a Headspace Sampler. The Statement of Work is as follows: Description: HEADSPACE SAMPLER G188A G1888 Headspace Sampler. 70 vial capacity. Switchable built-in pneumatic control or EPC from GC. Deactivated sample path. Controlled by built-in key pad or GC ChemStation. LAN or RS-232 communication. Qnty: 1 Installation (44K) Qnty: 1 Familiarization at Installation (44L) Qnty: 1 G2923AA Headspace Control by MS data System. Must have at least version D.01.02 SP2 for MSD Productivity Chemstation or A.01.02 for MSD Security Chemstation S/W Qnty: 1 G1617EA G1701EA MSD ChemStation SW Upgrade requires a valid reg. no. for upgrading G1701xx to G1701EA. Includes 1 user license and manuals. G1701EA supports Windows XP & VISTA in EN, JP, CN ONLY. Qnty: 1 H5949A Supplemental Installation One Hour Labor for Chemical Analysis products. Labor only; no travel included. Requires installation - bundled, or as 44N or 44K. Qnty: 2 SpecificationDescription: Sample Capacity - The Headspace Sampler must hold 70 vials in a tray. Sample Oven - The HS must have a twelve position oven for optimized sample overlapping constant time heating. Sample Vials - The HS must allow use of standard crimp top or screw cap vials, 20 mL, 10 mL. No adaptor required for 10-mL sample vials. Sample Shaking - The HS must allow a sample shaking parameter with choice of off, low, or high in a method Constant Heating Time - The HS shall have Constant heating time (CHT) mode for each sample. Overlapping up to 12 vials for maximized sample throughput. Multiple Headspace Extraction - The HS shall permit Multiple headspace extraction (MHE) mode with up to 100 extractions per vial for method development and validation or for analysis of sample in unusual matrices. Multiple Headspace Extraction Concentration - The HS must provide Multiple headspace extraction concentration (MHC) mode, with up to 10 extractions from 1 vial made followed by one GC start after the last extraction to increase sensitivity. Zone Temperature Programming - All temperature zones can be set to off or programmed as follows - Oven heating: 40 °C to 230 °C in 1 °C increments; Heating time: 0.5–999 min in 0.1 min increments Loop/Valve: 45 °C to 250 °C Transfer line: 50 °C to 250 °C Inert Sample Path - The HS must have an inert deactivated path from sample needle to transfer line. Transfer line length: 85 cm. Sample loop: 1 mL (standard), 3 mL (option) Pneumatic Control - The HS must be capabile of In-unit switch connection between: Built-in manual pneumatics (pressure regulator and flow controller) and GC built-in electronic pneumatic control (EPC) Instrument Interface - The HS must have the following interfaces available: LAN; RS-232; Remote start/stop On-board Control and Monitoring Keypad - The HS must have an on-board Control and monitoring full function control keypad and built-in Multi-line display with the following features: • Parameter set up • Store up to four user defined headspace methods (there are also five preset methods) • Detailed power-on self test • Built-in leak test routine • Update firmware via LAN or RS-232 • Monitor set and actual values, as well as, operation status GC & GC-MS Data System Control - The GC and/or GC-MS data system must provide Integrated control of Headspace parameters as part of a GC or GC-MS method. The data systems sequence table shall be able to track sample from sampling to analysis and have an event log function which records every step of headspace events. Environmental Conditions - The HS shall be compatible with the following environmental conditions - Operation: 10 °C to 35 °C Storage: –40 °C to 65 °C Humidity: 5% to 95% Line voltage: 100–240 V ±10% Power required: 750 VA maximum Safety and Regulatory Certification - The HS shall meet all requirements of the safety agencies listed below: • Canadian Standards Association (CSA) C22.2 No. 1010 • CSA/Nationally Recognized Test Laboratory (NRTL): UL 3101 • International Electrotechnical Commission (IEC): 61010-1 • EuroNorm (EN): 61010-1 • CISPR 11/EN 55011: Group 1 Class A • IEC/EN 61326 • Designed and manufactured under a quality system registered to ISO 9001 • Declaration of Conformity available Delivery Address: 5100 Paint Branch Parkway College Park, MD 20740 CCR: Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information. QUESTIONS DEADLINE: All questions are to be submitted via email to Jaclyn.Stielper@fda.hhs.gov no later than January 23, 2009, 4:30 PMEST. QUOTATIONS DUE: All quotations are due, via email to: Jaclyn.Stielper@fda.hhs.gov, no later than 4:30 PM, EST on January 30, 2009. PROVISIONS and CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, and FAR 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Responses to this notice must be sent via email to Jaclyn.Stielper@fda.hhs.gov. No phone calls will be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f6b46f7b252b48cca4df2b6b9b913e8c&tab=core&_cview=1)
 
Place of Performance
Address: United States
 
Record
SN01733593-W 20090117/090115220545-f6b46f7b252b48cca4df2b6b9b913e8c (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.