Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 3,1999 PSA#2401

Centers for Disease Control and Prevention (CDC), Procurement and Grants Office, FCC & E Section, Mailstop (K-71), 2920 Brandywine Road, Atlanta, GA 30341-4146

66 -- REQUIREMENTS CONTRACT FOR ONE TO FIVE DOUBLE FOCUSING MAGNETIC SECTOR MASS SPECTROMETER SOL 1999C00253 DUE 081999 POC William Bancroft, Contract Specialist, (770) 488-2611 NOTE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and 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 Solicitation Number is 1999C00253 and is issued as a Request for Proposal (RFP). The document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11. The Standard Industrial Classification Code (SIC) is 3829 and the small business size standard is no more than 500 employees. The procurement is solicited on an unrestricted basis. In accordance with the below Design and Performance specifications, the Government intends to issue a Requirements-type contract for the procurement of between one (1) to five (5) double focusing magnetic sector Mass Spectrometers from the period September 1999 to October 2000. DESCRIPTION OF ITEMS REQUIRED: I. DESIGN SPECIFICATIONS: (1) The Magnetic Sector Mass Spectrometer System shall include: (a) at least one electric sector and one magnetic sector with double focusing ion optics; (b) At least a 2000 Da mass range at full accelerating potential. The full accelerating potential must be at least 5 kV; (c) Positive and negative ion facilities; (d) Dedicated EI and CI ion sources; (e) First field free region collision gas cell; (f) Computer controlled continuously variable slits; (g) 20 kV off-axis dual-dynode with either an electron or photo multiplier detector; (h) Vacuum system including: One Diffstak pump or turbo molecular pump for the source region. Two Diffstak or turbomolecular pumps for the analyzer region. (i) Integrated analyzer baking and anti-vibration facilities; (j) Isolation transformers; (k) Mass Spectrometer/Data System interface hardware with Mass Spectrometer Software and Users License (m) One set of instruction manuals and schematic diagrams. (2) An option to purchase a direct insertion probe and vacuum interlock (water-cooled shaft programmable in temperature from 100 degrees C to 450 degrees C. (3) Heated septum inlet for introduction of volatile compounds. (4) HP 6890 or equivalent GC (split/splitless with EPC), integrated HPIB interface, and transfer line including: (a) Split/splitless and an option for cold on-column automatic injectors and sampler; (b) Pneumatic and temperature control; (c) RS232 interface for MS Data System Control of GC; (d) installation kit with column and consumable supplies; (e) Heated direct interface for two capillary GC lines. (5) Two on-site five-day training course per instrument ordered. (6) Mass Spectrometer Data System Hardware including: (a) A high performance PC based data system with a Pentium II processor and upgraded memory to ensure efficient data collection and processing; a mouse cursor and US keyboard must be included; Hardware technical documentation. (b) A 21" high resolution color monitor. (c) A minimum of one 4.3 GB and one 18 GB fixed disk drive. (d) A 1.44 Megabyte floppy disk drive. (e) A 32X Max CD-ROM disk drive. (f) A Hewlett Packard laser Jet 2100xi or better postscript laser printer/plotter. (g) Operating software for PC based data system, appropriate networking software, hardcopy documentation, mass spectrometer operating software, data processing software, and an option for single user or site license. (h) Ethernet communications. (7) An option to purchase a 1.2 Gigabyte Rewriteable Optical Disk Drive (600 Mbyte per side), or a 2 GB Jaz drive, or a writeable CD drive; (8) An option to purchase either a Leap CTC Model A200SE Automatic Injector/Sampler with adaptor plate for HP 6890 GC or an HP 7683 autosampler with parts that are compatible to a HP6890 GC; Both autosamplers must be controlled from the mass spectrometer data system. (9) Spare Inner EI Ion Source. 10) The system should have an ultimate resolution of 80,000 (10% valley definition) to ensure sensitivity at elevated resolution. 11) Off line PCbased processing software should also be available that include capabilities for direct copy and paste of graphical and tabular data into standard worksheets and word processing software. The off-line processing software must also support full quantification processing from high resolution data according to established protocols EPA 8290/1613. SPECIFIC INSTRUMENT SYSTEMS: (1) Gas Chromatograph; (2) GC/MS Interface; (3) Inlets and Accessories (4) Ion Source Facilities; (5) Mass Spectrometer; (6) Vacuum System; (7) Electronics and Data System. II. PERFORMANCE SPECIFICATIONS: (a) At 1000 resolution in EI mode, observing methyl stearate at m/z 298.3, the mass spectrometer should give an ion current of at least 5 x 10-7 coulombs/ug. (b) At 10,000 resolution in EI mode, observing methyl stearate at m/z 298.3, the Mass Spectrometer should give an ion current of at least 5 x 10-8 coulombs/ug. (c) At 1000 resolution in positive CI mode, observing methyl stearate at m/z 299.3, the Mass Spectrometer should give an ion current of at least 5 x 10-8 coulombs/ug. (d) At 1000 resolution in negative ion CI mode, observing anthraquinone at m/z 208, the Mass Spectrometer should give an ion current of at least 5 x 10-8 coulombs/ug. (e) 200 pg of methyl stearate in GC EI mode and 1 sec/decade scanning should give a signal:noise of at least 400:1 for the m/z 298.3 ion. (f) In GC mode, at 5,000 resolution and 0.5 sec/decade, 10 ng of methyl stearate injected onto a capillary column should give an RMS mass error of less than 2 mmu on averaged data. This value is calculated between the experimental and actual masses of all hydrocarbon peaks above mass 70 with at least 0.5% intensity of the base peak (at m/z 64). (g) Analysis of TCDD in selected ion monitoring (SIM) mode at 10,000 resolution while selecting two masses from natural 2,3,7,8-TCDD (m/z 319.8965 and 321.8936) and masses from 13C12-2,3,7,8-TCDD (m/z 331.9368 and 333.9339) plus a lock mass and a lock mass check (m/z 316.9824) from PFK (the Dwell time on any one ion may not exceed 120 msec), will provide signal-to-noise ratios on raw data at m/z 321.8936 from 100 femtograms of a 2,3,7,8-TCDD standard (Cambridge Isotope Laboratory) injected on the top of a 30 meter DB-5 or DB-5MS GC column of: S/N>5:1 where noise is peak to peak measurement encompassing 95% of noise data points (equivalent to four standard deviations, i.e., plus or minus 2 sigma about the mean). The measured isotope ratio between the 319.8965/321.8936 ions must be 0.77 +/- 10%. S/N>%0:1 where noise is mean positive-going noise to mean negative-going noise about the mean (EPA Protocol 8290; equivalent to two standard deviations, i.e., plus or minus 1 sigma about the mean). These values are based on a GC peak width at half height of two seconds. The cycle time for selecting all four masses plus the lock mass will be about 0.5 seconds. For other values of GC peak width, the signal-to-noise ratios may be calculated by assuming they are inversely proportional to the GC peak width. On smoothed data, when the GC peak width will be increased by no more than 20%, the signal-to-noise ratios may be increased by a factor of greater than 1.4, i.e.: S/N>5:1 where noise is peak to peak measurement equivalent to four standard deviations. S/N>-350:1 where noise is peak to peak measurement equivalent to two standard deviations. One to five picograms of 13C12-2,3,7,8-TCDD will be co-injected with the 100 femtograms of 2,3,7,8-TCDD standard. (h) Analysis of TCDD in selected ion monitoring (SIM) mode at 10,000 resolution while selecting two masses from natural 2,3,7,8-TCDD (m/z 319.8965 and 321.8936) and masses from 13C12-2,3,7,8-TCDD (m/z 331.9368 and 333.9339) plus a lock mass check (m/z 316.9824) from PFK (the dwell time on any one ion may not be greater than 120 msec) will provide signal-to-noise ratios on raw data at m/z 321.8936 from 10 femtograms of a 2,3,7,8-TCDD standard injected on the top of a 30 meter DB-5 or DB-5MS GC column of: S/N>.5:1 where noise is peak to peak measurement encompassing 95% of noise data points(equivalent to four standard deviations, i.e., plus or minus 2 sigma about the mean). The measured isotope ratio between the 319.8965/321.8936 ions must be 0.77 +/- 10%. These values are based on a GC peak width at half height of two seconds. The cycle time for selecting all four masses plus the lock mass will be about 0.5 seconds. On smoothed data, when the GC peak width will be increased by no more than 20%, the signal-to-noise ratios may be increased by a factor of greater than 1.4, i.e.: S/N>.5:1 where noise is peak to peak measurement equivalent to four standard deviations. One Hundred (100) to 500 femtograms of 13C12-2,3,7,8-TCDD will be co-injected with the 10 femtograms of 2,3,7,8-TCDD standard. (i) Analysis of 2,3,7,8-TCDD at a resolution greater than 20,000 RP (10% valley) must be demonstrated. (j) The mass spectrometer must demonstrate running 2,3,7,8-TCDD on a 30 or 60 meter DB-5 or DB-5MS showing chromatograms and calibration curves for 10 fg to 200 fg TCDD (Cambridge Isotope Laboratories standards) at 10,000 resolution. Ions monitored shall be 2 native TCDD (319.8965 and 321.8936), two ions for the 13C12-2,3,7,8-TCDD (m/z 331.9368 and 333.9339) and one ion for 13C6-2,3,7,8-TCDD (m/z 331.9078). The standard should contain various amounts of native TCDD from 10 fg to 200 fg, and an appropriate amount of 13C12-2,3,7,8-TCDD and 13C6-2,3,7,8-TCDD. (k) The dynamic range on the instrument must be demonstrated by consecutively injecting 2,3,7,8-TCDD samples from 5 fg to 500 pg monitoring in the SIM mode 2 native TCDD (319.8965 and 321.8936) and two ions for the 13C12-2,3,7,8-TCDD (m/z 331.9368 and 333.9339). (l) The GC-HR-SIM stability test specification. Initially a 5 point calibration curve covering a range from 0.25 pg/uL to 100 pg/uL of Cl4 to Cl8 dioxins, and furans will be created. The calibration standards concentrations correspond to one half that of CS1 to CS5 as defined in table 4 of the EPA 1613 protocol (Rev B). The standards will be injected in the splitless mode onto a 30 or 60 meter DB-5 or DB-5 MS column. The mass spectrometer will operate at 10,000 resolution throughout the test. All ions required by EPA 1613 (Rev B) will be monitored in 5 functions (groups) The %RSD of the relative response factors must be less than 20% for the five points and all isotope abundance must be within the acceptable limit (+/- 15%).. Over a 48 hour period the medium level standard (one half the concentration of CS3) should be run a minimum of four times. When compared to the relative response factor from the curve, the relative percent difference should not exceed 20% and all isotope abundance ratios must be within the acceptable limit (+/- 15%). (m) Chromatograms for all the analysis including the TCDD analysis and the multi group analysis showing signal-to-noise data must be included in the bid to show quality of data. Other important considerations: (a) The Mass Spectrometer needs to be capable of AUTOMATION and show OVERNIGHT UNATTENDED OPERATION. (b) A key requirement is the integration of data from the mass spectrometer data system into the existing data processing environment at CDC. Offeror must discuss how their data system will work with the automated logbook, quantitation, Rbase data base and SAS programs currently in use at CDC. (c) Offeror must discuss time and plan to train personnel to required level of operator competence. (d) Offeror must discuss how the proposed systems will be compatible to and affect on-going studies. (e) Contact information on organizations which have purchased the mass spectrometer to perform dioxin analysis in the past two years. Contact information on at least five laboratories in the United States where this mass spectrometer has been operating for at least one year. (f) The contractor shall provide full warranty coverage for the instrument for a one year period after installation. (g) The contractor shall provide on-site training in the operation of the equipment following installation. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items is applicable without addenda. The provision at FAR 52.212-2, Evaluation -- Commercial Items is applicable. Technical merit and past performance, when combined, are significantly more important than cost or price. Evaluation of technical merit will be based on technical capability of the item offered to meet the Government requirements. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items is applicable. The following additional terms and conditions are included by addenda: FAR 52.214-34, Submission of Offers in the English Language (APR 1991); FAR 52.214-35, Submission of Offers in U.S. Currency (APR 1991); FAR 52.216-18, Ordering (OCT 1995); FAR 52.216-21, Requirements (Oct 1995); FAR 52.246-17, Warranty of Supplies of a Complex Nature (APR 1984). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this action. The following FAR clauses cited within FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; FAR 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, Alternate I (OCT 1998); FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (APR 1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (APR 1998); FAR 52.225-3, Buy American Act-Supplies (JAN 1994); FAR 52.225-18, European Union Sanction for End Products (JAN 1996). Offerors shall use the Standard Form 1449, "Solicitation/Contract/Order for Commercial Items" form found at URL: http://www.arnet.gov/far/. Offers must show (1) The solicitation number: 1999C00253; (2) The name, address, and telephone number of the offeror; (3) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation; (4) Warranty terms; (5) Price for each line item and "total price" including all applicable costs (sales tax, etc.). (6) "Remit" to address if different than mailing address; (7) Completed copy of the representations and certifications at FAR 52.212-3; (8) Past performance information to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other applicable information.) 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. Instrument performance is the most critical evaluation criterion, and evaluation of technical merit will include whether the offeror has demonstrated compliance with the stated requirements as well as flexibility of design, over-engineering with a view to support future enhancements and demonstration of quality of analytical results. Award will be made based upon best value to the Government. Offerors are also advised that award may be made without discussions or any contact concerning the proposal received. Delivery shall be made FOB Destination within one hundred fifty (150) days of contract award. Delivery and installation shall be made to 4770 Buford Highway, N.E., Building 17, Loading Dock, Atlanta, Georgia 30341-3724. Acceptance shall be at 4770 Buford Highway (Chamblee Campus), upon completion of installation, demonstration and training. Payment terms are 80% upon completion on installation and demonstration of compliance with specifications, and 20% upon completion of training. Written Proposals are due at 2:00 PM, August 19, 1999, to the following address: Centers for Disease Control and Prevention, Procurement and Grants Office, 2920 Brandywine Road, Atlanta, Georgia 30341-4146. For information regarding this solicitation, contact Bill Bancroft at (770) 488-2611 All responsible sources may submit an offer. No telephone requests for the solicitation package will be accepted. Posted 07/30/99 (I-SN361171). (0211)

Loren Data Corp. http://www.ld.com (SYN# 0402 19990803\66-0015.SOL)


66 - Instruments and Laboratory Equipment Index Page