Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 1,2000 PSA#2612

U. S. Environmental Protection Agency, Contracts Management Division (MD-33), Attn: ORDSC, Research Triangle Park, NC 27711

66 -- MATRIX ASSISTED LASER DESORPTION IONIZATION (MALDI) TIME-OF-FLIGHT (TOF) MASS SPECTROMETER SOL PR-NC-00-10788 DUE 061400 POC Antonio Leathers, Contract Specialist (919)541-2312 or McDonald Morrison, Contracting Officer (919)541-4364 WEB: Click here for commercial buy clauses, http://www.epa.gov/oam/rtp_cmd.. E-MAIL: Click here to contact the contract specialist via, leathers.antonio@epa.gov. 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 solicitation number is PR-NC-00-10788 and the solicitation is being issued as a Request for Quote (RFQ). The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 97-17. This contract will be awarded on an "all or none basis" as a result of full and open competition and a firm-fixed-price contract is anticipated. The Contractor shall provide an automated Matrix Assisted Laser Desorption Ionization (MALDI) Time-of-Flight (TOF) Mass Spectrometer with automated sample processor and proteomics software. The automated MALDI-TOF spotter must be capable of future integration with automated technology to separate, isolate, and identify proteins from 2-D electrophoresis gels. The system must be "Brand Name or Equal" (see FAR 52.211-6) to the "TOF-200 BIFLEX III MALDI-TOF Mass Spectrometer" manufactured by Bruker Daltonics. The MALDI-TOF system must include components equal to the following: 1) TOF-205 Gridless Electrostatic Ion Reflector; 2) TOF-210 FAST (Fragmentation Analysis and Structural TOF-MS); 3) TOF-215 CID (Collision-Induced Dissociation) Accessory; 4) TOF-445 Additional License for XMASS; 5) TOF-450 MS BioTools NT Based Analysis and Interpretation Package; 6) TOF-455GPMAW Protein mass analysis program; 7) Windows NT computer for offline data processing; 8)Training course; 9) #29414 AnchorChip var/384 Target; 10) MALDI-TOF Startup Kit; and 10) TOF-170 MAP II Sampler and Liquid Handler. The required system must also meet the following requirements/specifications: 1) Sensitivity Requirements -- a.) Linear mode: The MALDI-TOF must demonstrate at time of installation a S/N>10:1 for 100 attamoles of angiotensin II at m/z 1,047in the linear mode. b.) Reflectron mode: The MALDI-TOF must demonstrate at time of installation a S/S>10:1 for 100 attamoles of angiotensin II at m/z 1,047 in the reflectron mode. 2) Mass Accuracy Requirements -- a.) Linear mode: The MALDI-TOF must demonstrate at time of installation a mass accuracy of <60ppm for the M+H of Angiotensin II and Substance P and <150ppm for Myoglobin by internal calibration. The MALDI-TOF must also demonstrate at time of installation a mass accuracy of <250ppm for the M+H of Angiotensin II and Substance P by external calibration with the calibrant in a non-adjacent spot/well to show uniform mass accuracy across sample target plates. b.) Reflectron Mode: The MALDI-TOF must demonstrate at time of installation a mass accuracy of <15ppm for the M+H of Angiotensin II and Substance P by internal calibration. The MALDI-TOF must also demonstrate at time of installation a mass accuracy of <50ppm for the M+H of Angiotensin II and Substance P by external calibration with the calibrant in a non-adjacent spot/well to show uniform mass accuracy across sample target plates. 3) Resolution Requirements -- a.) Linear Mode: The MALDI-TOF must demonstrate at time of installation a mass resolution (FWHM) of 4,000 for the mass range of 1,500 to 2,500 amu. b.) Reflectron Mode: The MALDI-TOF must demonstrate at time of installation a mass resolution (FWHM) of >15,000 for the mass range of 2,500 to 3,500 amu. The following FAR provisions apply to this solicitation: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications-Commercial Items. Award will be made to the offeror that provides the best value to the Government. All offerors are to include with their offers a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. The following FAR clauses apply to this acquisition 52.212-4, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items. The following additional FAR clauses which are cited in 52.212-5 are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.219-14, Limitation of Subcontracting; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disables Veterans and Veterans of the Vietnam Era; 52.225-3, Buy American Act-Supplies; 52.222-41. Please submit quotes and specifications to Antonio L. Leathers, Contract Specialist, U.S. Environmental Protection Agency, MD-33, Research Triangle Park, NC 27711 or fax to (919)541-1075. All offers are due by June 14,2000, 4:30 p.m. EST. Referenced clauses can be found on the Internet at http://www.epa.gov/oam/rtp_cmd. Posted 05/30/00 (W-SN459688). (0151)

Loren Data Corp. http://www.ld.com (SYN# 0313 20000601\66-0004.SOL)


66 - Instruments and Laboratory Equipment Index Page