|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 11,1997 PSA#1822National Institute of Environmental Health Sciences, Contracts and
Procurement Management Branch, 4401 Building, 79 Alexander Drive, P. O.
Box 12874, Research Triangle Park, NC 27709 66 -- ACQUISITION OF ESI MASS SPECTROMETER WITH MS/MS CAPABILITIES SOL
273-97-P-0004 DUE 073197 POC Contact George Earle, Contracting Officer
(919) 541-0377 The NIEHS is interested in purchasing an ESI Mass
Spectrometer with MS/MS capability. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in 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. The Request for Proposal number is
273-97-P-0004 and incorporates provisions and clauses through FAC
90-45. The solicitation is not a set-aside and is under SIC 3826, size
500. Delivery, installation, and training shall be made within 120
days after award of the contract. Specifications are as follows:
electrospray mass spectrometer with tandem mass spectrometry
capabilities. The analyzer can be quadrupole, ion trap type or
time-of-flight type. It must readily interface with liquid
chromatography and capillary electrophoresis. It must have negative ion
capabilities and have nanospray ESI capabilities. Mass range of 2-4000
preferred but 2-1600 will be considered. Ionization source shall be
electrospray; routine negative ion capabilities under data system
control, including alternate positive and negative scans in MS/MS mode,
e.g., selected monitoring of m/z 79 in negative ion followed by an
MS/MS fragment ion scan in positive mode. Mass accuracy > 0.01%.
Scan speed of at least 2 secs for a full scan of the mass range in
MS/MS mode. Mass resolution of MS/MS scans -- unit resolution over mass
range; sensitivity -- interpretable MS/MS spectra should be obtainable
from a femtomole level peptide sample. MS/MS modes -- interpretable
daughter ion spectra are of primary importance. Parent ion scanning and
neutral loss scanning are also desirable. Software must be capable of
detecting an LC peak, selecting a molecular ion and initiating an MS/MS
scan. Inlet system must be compatible with coaxial sheath flow for use
with e.g., capillary electrophoresis. There must be an integrated
biological application software package including site license and
foreground/background data system operation. The instrument shall be
warranted for at least one year after installation and shall include
training. An instrument used in a demonstration laboratory for less
than one year will be acceptable; however, offerors shall certify age
of demonstration equipment. Leasing may be considered, if in the best
interest of the Government. Offerors may submit an alternate proposal
for leasing, if so desired. Provide price and length of time price will
be honored for the following accessories that may be purchased at a
later date -- nanospray source, integrated HPLC system, integrated
capillary electrophoresis interface and recommended spare parts kit.
All offers shall be evaluated using the following evaluation criteria:
1. To evaluate the MS/MS capabilities of the instrument a standard
electrospray source to provide structural information, two protein
digests and one oligonucleotide will be provided for analysis. Mass
resolution for fragment ions shall be better than unit and mass
accuracy shall beq0.1 amu. Offerors shall report the amount of material
injected and flow rate. (A) A tryptic digest of a protein that has been
post-translationally modified by phosphorylation. Molecular weights of
all peaks shall be determined and as much structural information as
possible for each component shall be provided (positive ion).
Phosphorylated peaks shall be readily identified as such by observation
of m/z 79 in the negative ion mode, worth 20 points; (B) A tryptic
digest of a protein that has been post-translationally modified by one
or more dibromonitrosobenzenesulfonic acid groups. Molecular weights
and as much structural information as possible for each component shall
be provided, worth 20 points; (C) An oligonucleotide analyzed in the
negative mode, worth 20 points. 2. To evaluate sensitivity, MS/MS
spectra of renin substrate terradecapeptide (RSTP) are to be acquired
at five different concentrations using flow injection analysis and a
standardelectrospray source. A maximum of two microliters is to be
consumed during data acquisition, Solution A: 1 picomole/microliter;
Solution B: 100 femtomole/microliter; Solution C: 1
femtomole/microliter; Solution D: 100 attomole/microliter. If
satisfactory results are obtained with a low concentration sample, the
higher concentration samples need not be run, worth 20 points. 3.
Software evaluation -- all data acquired during the tests are to be
provided with the offer to the NIEHS Contracting Officer along with a
complete set of data manipulation programs to be installed
(temporarily) on NIEHS computers. The software shall be evaluated based
on ease of use, ease of instrument set-up and calibration, range of
data presentation modes, accuracy and extent of software tools for
analysis of data from the biological samples. For the latter, such
utilities as identification of fragmentation patterns, automated data
work-up and identification of proteins from libraries based on tryptic
maps/fragmentation data will be evaluated, worth 20 points. Total
maximum technical score is 100 points. Twenty points will be awarded to
the lowest priced technically acceptable offer. Other technically
acceptable offers will be given a proportional share. Technical factors
will be given primary consideration; however, if two or more offerors
are considered technically equal, price will be the determining factor.
All firms wishing to submit an offer will be furnished samples by
overnight courier for analysis on the type of instrument proposed.
Samples will be released at one time. Offerors are responsible for all
samples after arrival. Requests for samples must be received not later
than close of business 21 April 1997. Samples will be released 24 April
1997. The following FAR provisions apply to this acquisition; 52.212-1
Instruction to Offerors-Commercial and 52.212-2, Evaluation-Commercial
items. There are no additional addenda. Offerors shall include a
completed copy of the provisions at 52.212-3, Offeror Representations
and Certifications-Commercial (Jan 1997) with offers. FAR clause
52.212-4, Contract Terms and Conditions-Commercial (Aug 1996), applies
to this acquisition. The following sections of paragraph (b) of
52.212-5 Contract Terms and Conditions Required to Implement Statutes
or Executive Orders- Commercial Items (Aug 1996) apply: (1) 52.203-6,
Restriction on Subcontractor Sales to the Government with Alternate I;
(2) 52.203-10, Price or Fee Adjustment for Illegal or Improper
Activity; 52.219-9; (6) 52.222-26, Equal Opportunity; (7) 52.222-35,
Affirmative Action of Special Disabled And Vietnam Era Veterans; and
(9) 52.222-37, Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era. The successful contractor shall provide,
at no additional cost, installation and training to NIEHS designated
employees. There are no CBD numbered notes that apply to this notice.
Offers are due not later than close of business 31 July 1997. Facsimile
proposals will not be accepted. For information concerning this
solicitation contact George Earle, voice (919)541-0377, FAX
(919)541-2712. (0099) Loren Data Corp. http://www.ld.com (SYN# 0320 19970411\66-0014.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|