SOLICITATION NOTICE
66 -- High Performance Liquid Chromatograph (HPLC system), Installation, Training and Express Warranty - Quote Sheet
- Notice Date
- 4/26/2013
- Notice Type
- Combined Synopsis/Solicitation
- 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, Maryland, 20899-1640, United States
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-13-RQ-0268
- Archive Date
- 5/24/2013
- Point of Contact
- Micole A. Cheatham, Phone: 3019758335, Andrea A Parekh, Phone: (301)975-6984
- E-Mail Address
-
micole.cheatham@nist.gov, andrea.parekh@nist.gov
(micole.cheatham@nist.gov, andrea.parekh@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Quote Sheet THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A SEPARATE WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING ACQUISITION PROCEDURES UNDER THE AUTHORITY OF FAR PART 13. This solicitation is a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-67. 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 restricted to only small businesses. 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to micole.cheatham@nist.gov. Questions should be received no later than 7 calendar days after the issuance date of this solicitation. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of Provision) I. BACKGROUND INFORMATION The National Institute of Standards and Technology's (NIST) Chemical Reference Data Group compiles, evaluates, correlates and measures Standard Reference Data and develops and disseminates associated electronic databases and associated analysis software for (a) thermochemical properties of industrially and environmentally important chemicals, including reactive intermediates such as free radicals and positive and negative ions, (b) electron ionization mass spectra and associated retention properties for chemical identification by gas chromatography, (c) tandem mass spectra in electrospray and MALDI mass spectrometry, especially for biological applications in proteomics and metabolomics. The group also develops and evaluates new structure-based estimation methods and reference data quality control methods for chemical reference data. II. SPECIFICATION NIST has a requirement for a High Performance Liquid Chromatograph (HPLC system), Installation, Training and Express Warranty. Performance Specifications: Pump - Flow rate range: 10 µL/min to 2 mL/min, without flow splitting - Flow rate precision and accuracy: 0.075% RSD or ± 0.02 min SD, whichever is greater and ± 1.0% - Gradient precision and accuracy: 0.15% RSD or ± 0.04 min SD, whichever is greater and ± 0.5% - Pressure requirements: Proper functioning check valve and no leaking from the pump at pressures of 1100 bar or greater across the entire flow range. - The dwell (delay) volume and extra-column dispersion of the entire system must be ≤200 µL and ≤10 µL Injector (autosampler) - Injection volume range: 100 nL to 100 µL - Precision: 0.5% RSD or better for full loop injections - Linearity: r > 0.999 - Carryover < 1% - Temperature control 1-40 Celsius degree. A. General Requirements: 1. The HPLC system must be able to perform HPLC (UPLC) with a wide flow rate range (capillary, conventional and very fast chromatography). 2. The HPLC system must include degasser, pump(s), column compartment and autosampler with temperature control. 3. The HPLC system must have a high flow rate and gradient accuracy, and perform well at high pressures. 4. The injector must be precise, show linearity in a wide range of injections (see performance requirements # 2) and have a very low carryover (less than 0.0015%). 5. The system must fit onto a wheeled cart (maximum dimensions: 30" x 40") for mobility within the laboratory. B. Performance Requirements: 1. The system must provide a settable direct flow rate, without flow splitting, ranging from 10 µL/min to 2 mL/min, high precision and accuracy of flow and flow composition, and flexibility with the injection ranges (with optional extension loops). a. The precision and accuracy of flow must be 0.075% RSD or ± 0.02 min SD, whichever is greater and ± 1.0%, respectively. b. The precision and accuracy of flow composition must be 0.15% RSD or ± 0.04 min SD, whichever is greater and ± 0.5%, respectively. 2. The linearity, precision and carryover of the injector must be demonstrated by making injections to cover a range of 0 to 100 µL. 3. The binary gradient pumps must be able to operate in the pressure range of 20 bar to 1100 bar or greater across the entire flow range. 4. The autosampler(s) must be capable of reproducible injection volumes ranging from 100 nL to 100 µL. The autosampler(s) must provide injection precision of 0.5% RSD or better for full loop injections. 5. The HPLC system must be compatible with MassHunter, MassLynx and Xcalibur. HPLC system control must be available on the same computer operating the mass spectrometer and the software must be able to produce an integrated raw file (i.e. chromatography and mass spectrometry data in one file) with the mass spectrometer software mentioned above. 6. The system must demonstrate excellent chromatographic peak shape and peak capacity. It shall be optimized for UHPLC separations on 1 or 2.1 mm columns. The dwell (delay) volume and extra-column dispersion of the entire system must be ≤200 µL and ≤10 µL, respectively in the optimized configuration. In addition, it shall be able to handle larger id columns (4.6 mm) and the corresponding higher flow rates. 7. The system must be able to handle solvents with a pH range from 2-12. 8. The system must have lines for four different solvents (A-D), but is only required to have the capacity to mix a binary gradient. C. Computer and Software Requirements: 1. Must include software to control all parts of the HPLC (or UHPLC), perform automated instrument testing and calibration tasks, and to view data during real-time acquisition and post-acquisition. D. Other Minimum Requirements: Installation The system shall be installed by the Contractor and meet contract specifications no later than two weeks after delivery. Installation, at a minimum, shall include uncrating/unpacking of all equipment, set-up and hook-up of the system, demonstration of all specifications, and removal of trash. Onsite installation and training shall be done at NIST, Gaithersburg, Maryland. Training The Contractor shall conduct one (1) training session for up to six (6) users at NIST. The training shall provide a thorough demonstration of all system/solution functions, maintenance, data administration, and basic troubleshooting. The training may be completed at NIST immediately after installation/set-up and on-site measurements demonstrating that no damage or misalignment issues arose during transportation and installation, but shall be completed no later than 30 days after installation. Express Warranty At minimum, the contractor shall warrant the instrument, inclusive of parts and software, for a period of at least one year. Technical support and on-site visits shall be provided as necessary during the warranty period. Provisions 52.212-1, Instructions to Offerors-Commercial Items 52.212-3, Offeror Representations and Certifications-Commercial Items Offerors shall complete annual representations and certifications on-line at http://SAM.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Clauses 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, including subparagraphs: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-37, Employment Reports on Veterans; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-1, Buy America Act- supplies 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.232-99, DEV Providing Accelerated Payment To Small Business 52.247-34 F.O.B. DESTINATION (NOV 1991) 1352.201-70 CONTRACTING OFFICER'S AUTHORITY (APR 2010) The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (End of clause) 1352.209-73 COMPLIANCE WITH THE LAWS (APR 2010) The contractor shall comply with all applicable laws, rules and regulations which deal with or relate to performance in accord with the terms of the contract. (End of clause) NIST LOCAL 04: BILLING INSTRUCTIONS (a)The Contractor shall submit an original invoice or voucher in accordance with the payments provisions of this contract to: NIST Accounts Payable Office 100 Bureau Drive, Mail Stop 1621 Gaithersburg, MD 20899-1621 FAX Number: 301-975-8283 Email: invoice@nist.gov (b)Each invoice or voucher submitted shall include the following: (1)Contract Number. (2)Contractor Name and Address. (3)Date of Invoice. (4)Invoice Number. (5)Amount of Invoice, and cumulative amount invoiced to-date. (6)Contract Line Item Number (CLIN). (7)Description, quantity, unit of measure, unit price, and extended price of supplies/services delivered. (8)Prompt payment discount terms, if offered. (9)Any other information or documentation required by the contract. (END OF CLAUSE) INSTRUCTIONS: Due Date for Quotes Offerors shall submit their quote so that NIST receives them not later than 12:00 p.m. Eastern Time on May 9, 2013. FAX quotes shall not be accepted. E-mail quote s shall be accepted at micole.cheatham@nist.gov. Offerors' quote shall not be deemed received by the Government until the quote is entered into the e-mail address inbox set forth above. Required Submissions: All vendors shall submit the following: 1) Price quote. 2) An original copy of the technical description and/or product literature which addresses all of specifications requested Acceptance of Terms and Conditions: This is an open-market solicitation for equipment as defined herein. The Government intends to award a contract as a result of this solicitation that will include the clauses set forth herein. The quote should include one of the following statements: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Note: This procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quote based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quote. EVALUATION FACTORS The award will be made to the responsible authorized offeror whose technically acceptable quotation is deemed to represent the lowest price. Offers that meet all of the above requirements will be deemed technically acceptable and may be consider for award. Price Evaluation The proposed price will be evaluated but not scored. The price evaluation will determine whether the proposed costs/prices are reasonable and realistic in relation to the solicitation requirements. 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either: (1) the contracting officer, or (2) at a level above the contracting officer, with the appropriate agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999) (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: ANDREA PAREKH, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the agency Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protests, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Herbert C. Hoover Building Room 5893 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Herbert C. Hoover Building Room 5893 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230. FAX: (202) 482-5858 (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-13-RQ-0268/listing.html)
- Record
- SN03046871-W 20130428/130426234400-3c86ec5d597768a795c017724c4bfcf5 (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 |