SOLICITATION NOTICE
66 -- Liquid Chromatograph equipped with a high-resolution mass spectrometer detector - Package #1
- Notice Date
- 6/22/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX-16-T-0113
- Archive Date
- 7/21/2016
- Point of Contact
- Cristina M. Watkins, Phone: 3013942529, DeAnna Sivage, Phone: 301-394-0753
- E-Mail Address
-
cristina.m.watkins.civ@mail.mil, deanna.m.sivage.ctr@mail.mil
(cristina.m.watkins.civ@mail.mil, deanna.m.sivage.ctr@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Requirements Provisions and Clauses Full-Text document (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 W911QX-16-T-0113. This acquisition is issued as an request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88 effective 16 May 2016. (iv) The associated NAICS code is 334516. The small business size standard is 1,000 employees. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: Liquid Chromatograph equipped with a high-resolution mass spectrometer detector providing the capability to determine exact mass of ionic species that meets the Government's minimum requirements as stated in the Performance Work Statement (PWS); Quantity: one (1) Quantity. CLIN 0002: Delivery to Aberdeen Proving Ground, MD 21005 as stated in the Performance Work Statement (PWS) CLIN 0003: Warranty as stated in the Performance Work Statement (PWS) CLIN 0004: On-Site training as stated in the Performance Work Statement (PWS) (vi) Description of requirements: (also attached) C.1 Requirement The Contractor shall deliver, install, and provide training for one (1) Liquid Chromatograph equipped with a high-resolution mass spectrometer detector providing the capability to determine exact mass of ionic species that meets the Government's minimum requirements as follows in Section C.2. C.2 Salient Characteristics C.2.1 Mass accuracy shall be to 4 parts per million (ppm) or better (e.g. lower number ppm is better), with both internal and external calibration methods. C.2.2 The spectrometer shall be a high-resolution Fourier Transform bench-top system with a footprint no deeper than 34 inches, a width no more than 40 inches, and must be usable when positioned on a standard-height laboratory bench (30 inch base). C.2.3 The spectrometer shall not require liquid cooling. The spectrometer shall not require a gas supply besides nitrogen (N2), no helium or argon required. C.2.4 The maximum mass resolution shall be at least 120,000 and be obtainable at 200 (mass/charge) m/z based on full-width half-max peak treatment. C.2.5 Dynamic detection range shall be >4000:1 for a spectrum acquired in a single transient/scan. C.2.6 Scanned mass range shall comply with or exceed the following formula, expressed as the terminal limits of observed mass range as a function of the lower mass observed m/z ratio. The system shall observe an upper mass limit of at least 15 times the lowest mass observed (e.g. last mass = 15x first mass; e.g. scanning mass range = 1x-15x, where x = a mass fragment in m/z) in a single transient/scan. C.2.7 Unit shall be capable of and include hardware for ElectroSpray Ionization (ESI) and Atmospheric Pressure Chemical Ionization (APCI). C.2.8 A N2 generation unit shall be included if a N2 source is required for operation. C.2.9 The Liquid Chromatography (LC) system shall include pumps & columns to accommodate both aqueous and reverse-phase use, with flow rates spanning 0.2 to 5.0+ (milliliter/minute) mL/minute.(broader range is better) C.2.10 The LC system shall include autosampler capability with space for at least 12 samples. C.2.11 The LC system shall include gradient pumps to enable the use of binary solvent systems. C.2.12 The Contractor shall deliver the system to Aberdeen Proving Ground, MD 21005 within twelve (12) weeks after contract award for inspection and acceptance. The Contractor shall ensure the user acceptance by testing to demonstrate that the required functions are operating in the manner required for the ARL end users/customer base. C.2.13 The system must be covered by a warranty of not less than one (1) year from the date of installation & certification at the Government site. The warranty shall cover all system components including accessories and vacuum pumps. C.2.14 The Contractor shall include training on-site at the Government site no later than six (6) weeks after system installation. The Contractor shall provide a three (3) day training class to accommodate at least three (3) users. The Government will provide instructions detailing the specific date, time, and location of the training no later than one (1) week prior to the start of the training course. The Government may provide additional users based on available space and schedule for the training. (vii) Period of Performance is twelve (12) weeks after date of contract (ADC). Delivery shall be made to Army Research Laboratory (ARL) at Aberdeen Proving Ground (APG), MD, 21005. Acceptance shall be performed at Army Research Laboratory (ARL) at Aberdeen Proving Ground (APG), MD, 21005. The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: N/A (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Evaluation Criteria - Supplies (Tradeoff) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will first be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. Those offers that meet or exceed the stated performance characteristics and specifications will then be evaluated in terms of technical aspects above the minimum requirements and of those aspects not addressed in the solicitation performance characteristics and specifications that would be most beneficial to the Government. In particular, the Government is willing to trade-off on price for offerors that exceed the following performance characteristics/specifications and/or delivery time: Mass resolution better than 4 parts per million (ppm), for both internal & external standards. Mass range sensitivity greater than 70-5000 atomic mass unit (amu). Resolving power of greater than 120,000 at faster than 1 Hertz (Hz) rate, based on full-width half-max peak height. The Technical element of the evaluation shall be based solely on information furnished by the vendor. 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, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets or exceeds the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror 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 product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include ___3____ records of sales from the previous __12___ months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussion (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and FAR 52.212-3 ALT I with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: N/A (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I (Oct 1995), 52.204-10 Reporting Executie Compensation and First Tier Subcontract Awards (Oct 2016), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015), 52.219-4 Notice of Price Evaluation for HUBZone Small Business Concerns (Oct 2014), 52.219-8 Utilization of Small Business Concerns (Oct 2014), 52.219-28 Post Award Small Business Program Representation (July 2013), 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.222-35 Equal Opportunity for Veterams (Oct 2015), 52.222-36 Equal Opportunity for Workers with Disabilities (July 2014), 52.222-37 Employment Reports on Veternas (Feb 2016), 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010), 52.222-50 Combatting Trafficking in Persons (Mar 2015), 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), 52.225-13 Restrictions on Certain Foreign Purchases (June 2008), 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013), 52.203-3 Gratuities(Apr 1984), 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011), 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011), 252.204-7003 Control of Government Personnel Work Product (Apr 1992), 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015), 252.204-7011 Alternative Line Item Structure (Sep 2011), 252.204-7012 Limitations on the use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (Dec 2015), 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 2014), 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations (Jun 2015), 252.215-7007 Notice of Intent to Resolicit (Jun 2012), 252.215-7008 Only One Offer (Oct 2013), 252.222-7007 Representation Regarding Combating Trafficking in Persons (Jan 2015), 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013), 252.225-7012 Preference for Certain Domestic Commodities (Feb 2013), 252.225-7021 Trade Agreements (Oct 2015), 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012), 252.232-7010 Levies On Contract Payments (Dec 2006), 252.243-7002 Requests for Equitable Adjustment (Dec 2012), 252.244-7000 Subcontracts for Commercial Items (Jun 2013), 252.247-7023 Transportation of Supplies by Sea (Aug. 1992). (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): APG-ADL-B.5152.204-4409 ACC - APG Point of Contact (Apr 2011); APG-ADL-B.5152.204-4411 Technical Point of Contact (Dec 2002); APG-ADL-B.5152.216-4407 Type of Contract (Sep 1999); APG-ADL-D.5152.004-4400 Distribution Statement A; APG-ADL-E.5152.246-4400 Government Inspection and Acceptance (Sep 1999); APG-ADL-G.5152.232-4418 Tax Exemption Certificate (Sep 1999); APG-ADL-H.5152.211-4401AT Receiving Room Requirements- WSMR Alternate II (Jan 2005); APG-ADL-L.5152.203-4440 AMC-Level Protest Program (Jul 2011); APG-ADL-L.5152.215-4441 US Army Contracting Command (ACC-APG) - Adelphi Contracting Division Website; 52.204-7 System for Award Management (July 2013); 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015); 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2015); 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications (Dec 2012), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013), 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998); 52.252-2 Clauses Incorporated by Reference (Feb 1998); 252.204-0009 Contract Wide: By Fiscal Year (Sep 2009); 252.211-7003 Item Unique Identification and Valuation (DEC 2013); 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A (xv) The following notes apply to this announcement: N/A (xvi) Offers are due on 06 July 2016 by 1700 Eastern Time (ET), via email to cristina.m.watkins.civ@mail.mil, CC deanna.m.sivage.ctr@mail.mil. Please reference solicitation number W911QX-16-T-0113 on any correspondence. (xvii) For information regarding this solicitation, please contact Cristina Watkins, cristina.m.watkins.civ@mail.mil, CC deanna.m.sivage.ctr@mail.mil. Please reference solicitation number W911QX-16-T-0113 on any correspondence.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d23767f3257e917200be339e2c6cc8a3)
- Place of Performance
- Address: U.S. Army Research Laboratory, Aberdeen Proving Ground, Aberdeen Proving Ground, Maryland, 21005-5001, United States
- Zip Code: 21005-5001
- Zip Code: 21005-5001
- Record
- SN04158125-W 20160624/160622234523-d23767f3257e917200be339e2c6cc8a3 (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 |