Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 13,2000 PSA#2555

Naval Medical Logistics Command, Code 05, 521 Fraim Street, Ft. Detrick, MD 21702-5015

66 -- AUTOMATED MASS SPECTROMETRY SYSTEM SOL N62645-00-R-0001 DUE 042500 POC Claudia Addison, Contract Specialist, (301) 619-7467 WEB: NAVAL MEDICAL LOGISTICS COMMAND HOME PAGE, http://www-nmlc.med.navy.mil. E-MAIL: Click here to contact the conract specialist via email, caddison@nml10.med.navy.mil. The Navy has a requirement for one (1) Automated Mass Spectrometry System to be used for the analysis of field samples collected by Industrial Hygienists and biological screening samples for monitoring worksite exposure to toxic metals. The system shall consist of a mass selective detector, gas chromatograph, autosampler, flame ionization detector, cryogenic focusing system, automatic thermal extraction/pyrolysis system, and a computer. Each subcomponent shall be conrolled by a central computer connection. All cables required to inter-connect the sub-components shall be supplied. The mass selective detector: A. Shall identify total unknowns; B. Shall identify molecular weights using adduct ions; C. Shall incorporate hyperbolic gold quadrupole; D. Shall have positive chemical ionization and negative chemical ionization mode capability; E. Shall have short capillary direct interface; F. Shall have a mass range from 1.6 to 800 amu for expanded compound identification; G. Shall have a scan speed to 5200 amu/sec for precision and narrow peak analysis; H. Shall have variable electron energy voltage to enhance molecular ions and increase sensitivity; I. Shall have stable ion ratios; J. Shall minimize re-tuning; K. Shall have independently heated interface, ion source, and quadrupole; L. Shall include Wiley 6th Edition MS Spectral Library. The gas chromatograph: A. Shall include 30m X 0.32 column; B. Shall have control of oven and six small heated zones; C. Shall have keyboard with four-line display; D. Shall have built-in RS-232-C port; E. Shall have dual analog ports out; F. Shall have capillary S/S1 inlet with Electronic Pressure Control for 0-100 psi split/splitless operation; G. Shall include digital control of column head pressure, column flow rate, split ratio and all other pneumatic parameters; H. Shall have mass spectrometer detector interface; I. Shall include a low bleed 5% phenyl silicone 30m X 0.25mm X 0.25um column; J. Shall include moisture trap; K. Shall include deactivated liner. The autosampler: A. Shall include controller; B. Shall include injector; C. Shall have tray with minimum of 100 sample capacity; D. Shall come with communication cables; E. Shall come with mounting bracket; F. Shall come with one set of "start-up" consumables. The flame ionization detector: A. Shall have the ability to ignite flame from keyboard or automatically; B. Shall be optimized for capillary chromatography; C. Shall include Electronic Pneumatic Control optimized for capillary columns; D. Shall include digital control of all detector gases; E. Shall include connectors for capillary columns. The cryogenic focusing system shall include all accessories needed for low pressure (25 psi) liquid nitrogen operation. The automatic thermal extraction/pyrolysis system: A. Shall accommodate the auto-sampler tray and controller; B. Shall have programmable temperature to 650oC; C. Shall be able to go to 750oC for "bake-out;" D. Shall have user programmable algorithms; E. Shall automate up to 100 samples; F. Shall not require solventsor CO2 for extraction; G. Shall require Windows NT based software for control; H. Shall not require gas chromatograph alteration for operation; I. Shall have linear temperature programmable range of 50oC 650oC; J. Shall require real time monitoring of operation; K. Shall have self-cleaning mode and replaceable transfer line. The computer: A. Shall be Windows NT compatible; B. Shall have a processor equal to or faster than a Pentium III 650 MHz microprocessor; C. Shall have 128MB of RAM; D. Shall have a Desktop Case, digital display; E. Shall have a power supply; F. Shall have a 19" Color Monitor; G. Shall have a CD ROM drive; H. Shall have a 3.5" Disk Drive; I. Shall have High Resolution Mouse Device; J. Shall have Local Area Network interface card 100 Base T; K. Shall have Windows NT operating system software; L. Shall have Laserjet Printer and printer cable. Each sub-component shall be controlled by a central computer connection. All cables required to inter-connect the sub-components shall be supplied. The Environment: A. Power: Shall operate off of 110V 60 Hz 20 A power. B. Temperature Constraints: 60oF -- 95oF. C. Space Considerations: Benchtop (6'W x 3'H x 3'D). Training shall include operator's training including extra set of operators' manuals. On-site installation shall include unpacking machine, one day installation, loading software, machine calibration, system testing, and travel expenses. The Government will award a contract to the offeror whose proposal represents the greatest value to the Government in terms of quality and price. Quality, for this requirement, is expressed as technical capability which must be demonstrated in each offeror's technical proposal. Technical considerations, while of greater importance than price considerations, does not preclude the offered price from being considered fair and reasonable to be eligible for award. Offers shall be evaluated as follows: MINIMUM REQUIREMENTS: The offeror MUST demonstrate compliance with all of the minimum performance and/or design requirements contained in this announcement. This factor will be evaluated on a ACCEPTABLE/UNACCEPTABLE basis. An offeror may be rated UNACCEPTABLE AS SUBMITTED if the proposal has not demonstrated compliance with all minimum requirements, but has the potential to do so if amended during discussions, if discussions are determined necessary. Offerors are cautioned that the Government intends to award without discussions, so proposals deemed UNACCEPTABLE AS SUBMITTED may not be considered for award. Proposals deemed UNACCEPTABLE will not be evaluated further. TECHNICAL RISK ASSESSMENT. The extent to which the offeror's proposal reflects acceptable technical risk for the government will be evaluated in this factor. Technical risk considerations are those characteristics of the equipment that permit safe and effective use in the designated environment. They are optical quality, design features, human factors, and ease of maintainability. Human factors engineering is the application of knowledge about human capabilities and limitations to system or equipment design and development. Compatibility and interoperability with the substantial base of installed equipment at Navy Environmental and Preventive Medicine Unit Number 5, San Diego, CA is considered an enhanced technical risk capability. Technical proposals must include sufficiently detailed information to enable evaluation based on the four (4) factors listed below in order of decreasing priority: 1. Equipment Factors: a. Features: (1) Versatility (2) Sensitivity (3) Throughput (4) Data Management Output b. Life Expectancy c. Manufacturing Practices 2. Human Factors: a. Simplicity of Controls b. Ease of Setup 3. Service: a. Warranty b. Parts Availability c. Parts Cost d. Serviceability 4. Instruction Materials: a. Operator's Manual b. Maintenance Manual PERFORMANCE RISK ASSESSMENT. The extent to which the offeror's proposal reflects an appropriate apportionment of performance risk will be evaluated in this factor. Performance risk considerations are defined as those characteristics of the offeror that give indication of the likelihood of the offeror's successful performance of the current requirement. They are proposed delivery schedule, record of on-time delivery for same class product, quality of workmanship displayed in same class delivered product, reliability of same class delivered product, business relations exhibited during previous contracts, range and depth of support provided for same class delivered product. 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 document; proposals are being requested, and a written solicitation will not be issued. Responses must contain sufficient documentation to establish a bonafide capability to fulfill the requirements. The request for quotation number is N62645-00-R-0001. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. This system must be shipped to the Navy Environmental And Preventative Medicine, Unit Five, ATTN: Receiving Officer, TCN: N0546A-9208-3103, 3236 Albacore Alley, Naval Station San Diego, CA 92136-5199 and Marked For: UIC-ECN: 0546A-99IH03. The system must be installed and calibrated on site. Delivery must be within 30 days of the award. FOB is destination. The following clauses and provisions apply: 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 (52.222-3 Convict Labor (E.O. 11755), 52.233-3 Protest After Award (31 U.S.C. 3553, 52.221-21, Prohibition of Segregated Facilities (Feb 99), 52.222-26 Equal Opportunity (E.O.11246), 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212), 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37, Employment Reports onDisabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-3, Buy American Act -- Supplies (41 U.S.C. 10), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (32 U.S.C. 3332), 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a); 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items, offers shall be evaluated for complete and fair and reasonable price and technical acceptability in accordance with factors previously set forth; Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. Offerors shall include a completed copy of the provision 252.212-7000, Offeror Representations and Certifications-Commercial items, with their offer. Addenda of this provision includes 252.225-7001, Buy American Act and Balance of Payments Program and 252.225-7035, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate. All responsible sources may submit a proposal which shall be considered by the Navy. Proposals are due by 25 Apr 00 at Naval Medical Logistics Command, Code 02, (Attn: Ms. C. Addison), 521 Fraim Street, Fort Detrick MD 21702-5015; fax (301) 619-2925. Buyer: Ms. Claudia Addison (301) 619-7467. Posted 03/09/00 (W-SN432952). (0069)

Loren Data Corp. http://www.ld.com (SYN# 0252 20000313\66-0002.SOL)


66 - Instruments and Laboratory Equipment Index Page