Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2007 FBO #2111
SOLICITATION NOTICE

66 -- Liquid Chromatography Mass Spectrometry System

Notice Date
9/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-RML-RFQ-7014
 
Response Due
9/18/2007
 
Archive Date
10/3/2007
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; open market quotes only will be accepted & a written solicitation will not be issued. Submit offers on RML-RFQ-7014. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19 dated 08/17/2007. This acquisition will be processed under FAR Part 12, Simplified Acquisition Procedures (SAP) and is not a Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 334516 and the small business size is 500. The Rocky Mountain Laboratories has a need for a Liquid Chromatography/Mass Spectrometry System (LC-MS) - Separation of biomolecules by liquid chromatography and highly accurate mass analysis by mass spectrometry is required. The LC-MS system must have at least a two pump gradient system with dynamic mixing and interchangeable mixing chambers. A nanoflow pump that can deliver sample solutions from 10-4000 nanoliters/minute flow rate with a microdegasser for all common solvents used for LC-MS analysis. The programs must be capable of being time, volume or column based with the ability to program at least 99 (ninety nine) different chromatographic programs in a user defined sequence, must allow for post run analysis, export of data to other spreadsheet programs, and generation of written reports. The system must have an auto sampler for sample injection and a fraction collector that is fully integrated and controlled by the system software. The fraction collector must accommodate 96-well plates as well as standard sized vials. The mass spectrometer must be an ion trap system with high sensitivity for peptide analysis with specifications in the femptomolar range. The system must have a scan speed of approximately 27,000 amu/sec over a mass range of 200-4,000. The electrospray source must be orthogonal to the ion pass in order to reduce maintenance by keeping the source cleaner. The system must be capable of switching between positive and negative ionization modes in approximately 500 msec in order to achieve high throughput. The ramped excitation energy amplitude must be adjustable. The system must have an option for user-defined time-based dynamic exclusion of certain ions. The system must be equipped with a nanospray source. The system must be compatible with and upgradable to the following ionization sources eliminating the need to purchase a separate instrument: atmospheric pressure chemical ionization (APCI), atmospheric pressure photoionization (APPI), Multimode source (simultaneous ESI and APCI), and microfluidics based separations. The system must be capable of collision induced dissociation (CID) with the theoretically capability of MSn up to 11. If needed the system must be upgradable to an electron transfer dissociation at a later date without having to purchase a different instrument. The system is required to include everything needed to run the instrument other than nitrogen and helium gas. This should include but not be limited to columns, accessories, tubing, adapters, data-mining software and database searching capabilities. Quotes shall include on site installation and training by a licensed dealer complete with full manufacturer?s warranty on all components. FOB Point shall be Destination, Hamilton, MT. Delivery location is Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT. The following FAR provisions and clauses apply to this acquisition: By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database at web site http://www.ccr.gov, prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation; By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall have posted their FAR 52.212-3 Offerors Representations and Certifications Commercial Items at website http://orca.bpn.gov.; 52.212-1 Instructions to Offerors Commercial; FAR52.212-2 Evaluation Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, FAR 52.204-9 Personal Identity Verification of Contractor Personnel. Award will be based on the capability of the item offered to meet the above stated salient characteristics, technical evaluation, price, delivery, past performance, warranty, and are advised that award will be made to the vendor whose proposal provides the best overall value to the government. Offers may be mailed to Fawn Hess at Rocky Mountain Laboratories, 903 South Fourth Street, Hamilton, MT 59840, e-mailed to fhess@niaid.nih.gov or faxed to the POC indicated above (406-363-9376). Offers must be submitted not later than 4:00 PM (MDST) 09/18/07. Copies of the above-referenced clauses are available upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
 
Place of Performance
Address: Rocky Mountain Laboratories, 903 South Fourth Street, Hamilton, MT
Zip Code: 59840
Country: UNITED STATES
 
Record
SN01395090-W 20070907/070905220520 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.