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