COMMERCE BUSINESS DAILY ISSUE OF JULY 26, 2001 PSA #2901
SOLICITATIONS
66 -- HIGH PRESSURE LIQUID CHROMATOGRAPHY-MASS SPECTROMETER
- Notice Date
- July 24, 2001
- Contracting Office
- U. S. Environmental Protection Agency, Contracts Management Division (MD-33), Attn: ORDSC, Research Triangle Park, NC 27711
- ZIP Code
- 27711
- Solicitation Number
- XN3099
- Point of Contact
- Pamela E. Smith (919) 541-0635
- E-Mail Address
- click here to contact the contracting officer via (smith.pamela@epa.gov)
- Description
- 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. QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is XN3099, and the solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. The Environmental Protection Agency (EPA) anticipates that purchase order will be awarded as a result of full and open competition, firm-fixed price purchase order using Simplified Acquisition Procedures. The contractor shall provided a " High Pressure Liquid Chromatography -- Mass Spectrometer (HPLC MS MS); STATEMENT OF WORK: The Exposure Methods and Monitoring Branch (EMMB) of USEPA's National Exposure Research Laboratory at Research Triangle Park, NC requires a new High Pressure Liquid Chromatography -- Mass Spectrometer (HPLC MS MS) system for its biomarker methods development program. EMMB will use the HPLC MS MS system described below to develop and apply biomarkers methods for a range of polar contaminants and xenobiotic metabolites, including: organophosphate and pyrethroid pesticides and their metabolites, acid herbicides, phthalates and other environmental estrogens, and a wide range of hydroxylated and conjugated xenobiotic metabolites. The system required shall have the following characteristics: 1.) A high performance benchtop triple quadrupole mass spectrometer capable of both electrospray and atmospheric pressure chemical ionization. This system must be fully capable of ultra-trace level (ng/ml or lower) detection and characterization of xenobiotic contaminants and their metabolites isolated from human samples (e.g., serum, urine). The system must be interfaced with a top quality HPLC unit that is fully compatible with the triple quadrupole mass spectrometer, computer, and systems operation software. Moreover, the HPLC must include a suitable binary pump, degassing unit, diode array and fluorescence detectors, a thermostatically controlled autosampler, a temperature controlled column compartment, a dual syringe closed loop injection pump, and a single Rheodyne injector (with 20 FL sample loop). 2.) A computer system capable of running the HPLC, MS, and data acquisition and management software. One large (21") or two smaller (17") flat panel video displays must be provided for adequate presentation of operating system parameters and data collection. The computer shall provide a hard drive of at least 20 GB capacity, a read/write CD drive for archival storage of data, and a high quality black and white laserjet printer. 3.) The system must be mounted on a storage/transport cart(s) that will house and contain the system, the attendant pumps, cables, electrical wiring, etc. This unit shall include adequate soundproofing to ensure that the noise level is minimized during routine operation. The unit shall be operated and maintained without the use of any cryogenic or water-cooled apparatus. 4.) The unit must also include all other miscellaneous support items (e.g., pumps, cables, software, fittings, transformers, power conditioners, columns, injection port apparatus, exhaust control units, etc.), required to make the system immediately useful in investigations involving urinary biomarkers of pesticide exposure. 5).The system must include at least three days of training and operational instruction for two potential EPA operators. Training would preferably be on-site (at the site of installation) but could be anyplace within the continental US. The warranty must be at least 90 days parts and labor, with an extended warranty or service contract for an additional 9 months, thus providing complete coverage during the first year of operation. Evaluation Criteria: The Government intends to award a single purchase order to responsible offeror whose technically acceptable quotation represents the best overall value to the Government based on evaluation of the factors listed below. 1. Technical: The specifications in the Statement of Work represent the Governments's minimum needs. Quotations must include sufficient material (such as narrative technical specifications, drawing, photos, brochures, demo disks, videos, etc.) to permit the Government to determine that the proposed upgrades will meet the requirements set forth in the Statement of Work. 2. Past Performance: Contractor shall provide 3 references(systems users) and repair history . For each reference/repair history include a brief synopsis which includes date the work was performed, the client for whom the work was performed (include client name and telephone number), and a description of the system. 3. Price: Price is considered of equal importance to all other factors. The associated North Industry Classification System (NAICS) is 334516 and the size Standard is 500 employees. The following FAR provisions shall apply to this solicitation: 52-212-1, Instructions to Offerors -- Commercial Items. All offerors are to include with their offer a completed copy of provision 52.212-3, Offeror Representations and Certifications -- Commercial Items. The following FAR clause applies to this acquisition: 52.212-4, Contract Terms and Conditions -- Commercial Items. The following additional FAR clauses which are cited in Clause 52.212-5 are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-14, Limitation on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.2225-1, Buy American Act, 52.225-3, Buy American Act -- North American Free Trade Agreement, 52.232-34, Payment by Electronic Funds Transfer. It is requested that the completed Representations and Certifications be included with the price proposal. All technical questions are to be forwarded via email to the Purchasing Agent at the following email address: smith.pamela@epa.gov. COMMERCIAL BUY CLAUSES are provided for your convenience at the following address: http://www.epa.gov/oam/rtp_cmd. Please submit one copy of the proposal to Pamela E. Smith, Purchasing Agent, U.S. Environmental Protection Agency, MD-33, Research Triangle Park, NC. 27711. Courier delivery address is U.S. Environmental Protection Agency, Receptionist-Administration Bldg., Lobby, Attn: Pamela E. Smith (MD-33), 79 T.W. Alexander Drive, Research Triangle Park, NC 27709. All offers are due by August 9, 2001, 4:30 p.m., EDT. No telephonic or faxed requests will be honored.
- Web Link
- click here to download a copy of the RFQ (http://www.epa.gov/oam/rtp_cmd)
- Record
- Loren Data Corp. 20010726/66SOL006.HTM (W-205 SN50S8L3)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on July 24, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|