Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2011 FBO #3500
MODIFICATION

66 -- Gas chromatograph–mass spectrometer (GS/MS)

Notice Date
6/23/2011
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
 
ZIP Code
20223
 
Solicitation Number
USSS291145
 
Archive Date
7/15/2011
 
Point of Contact
April C. Delancy, Phone: 2024066808
 
E-Mail Address
april.delancy@usss.dhs.gov
(april.delancy@usss.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to change the specification description for the mass spectrometer, item #3 FROM: 3) Detector capable of 12,500 m/z per second scan rate with a dynamic range of 1x10^6. TO: 3) Detector capable of 5,000 m/z per second scan rate with a dynamic range of 1x10^6. This revises the minimum requirement from 12,500 m/z per second scan rate to 5,000 m/z per second scan rate. All other terms and conditions remain unchanged. The due date for quotes/proposals remains unchanged. Solicitation Number: 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; quotations are being requested and a separate written solicitation will not be issued. Solicitation number USSS291145 applies and is issued as a Request for Quotation (RFQ) in conjunction with FAR Part 12, Commercial Items and FAR Part 13, Simplified Acquisition. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. The NAICS code is 334516 and the applicable size standard is 500 employees. The anticipated contract type will be a fixed price purchase order.This procurement is unrestricted. This requirement is for the purchase and installation of a Gas chromatograph-mass spectrometer (GS/MS) meeting the following specifications: System: 1) ISO-9001 compliant 2) Power - 110VAC @ 60 Hz GC: 1) Equipped with two (2) inlets - capillary split/splitless and multimode 2) Oven capable of accommodating 2 columns with an upper temperature limit of 450°C and capable of programming ~20 ramps/plateaus 3) Pressure range from 0-100 psi 4) Equipped with two(2) detectors - flame ionization detector (FID) and single quadrupole mass selective detector (MSD) 5) Capable of being directly interfaced with a Gerstel Thermal Desorbtion Unit and Gerstel MPS2 Autosampler 6) Capable of accommodating a 1" OD transfer line from a peripheral pyrolysis unit into one of the two inlets 7) Instrument designed for straightforward maintenance of inlets, column exchanges MS: 1) Equipped with an electron impact source capable of an upper temperature limit of 350°C 2) Single quadrupole mass filter with upper temperature and mass limits of 200°C and 1050 m/z, respectively and unit mass resolution. 3) Detector capable of 5,000 m/z per second scan rate with a dynamic range of 1x10^6. 4) Detector capable of operating in selected ion monitoring mode (SIM) capturing data on up to 20 separate ions 5) Instrument capable of 1 pg/microL sensitivity and 400:1 S:N in scan mode and 20 fg/microL sensitivity and 10:1 S:N in SIM mode 6) Instrument capable of performing on-board autotune/calibration functions 7) Equipped with an ion gauge controller 8) Instrument designed for straightforward maintenance of source, filaments, mass filter and detector Software: 1) Capable of operating under a Windows 7 architecture 2) Instrument purchase includes software both for operating instrument and data analysis 3) Data analysis software includes comprehensive mass spectral library(ies) Unit Price: _____________________ (to include delivery and installation) Extended Price: _________________ Make:__________________________ Model:_________________________ Part Number:____________________ GSA Contract Number (if applicable): ________________________ FOB Destination - U.S. Secret Service, Communications Ctr., 245 Murray Lane, SW, Bldg. T-5, Washington, DC 20223 phone number - 202-610-6860. If above 24in. width, 32:in. height and 70 pounds then trucks should be directed to: 12th & C Street, SW, Washington, DC 20224 202-345-7798 Contract Type - Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. CCR REQUIREMENT - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the items offered to meet the Government's requirement. (ii) Price. The government will award the purchase order to the lowest price technically acceptable quote. Technical acceptability will be determined by review of information submitted by the quoter which must provide a description in sufficient detail to show that the product/service quoted meets the Government's requirement. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Full texts of clauses are available at http://farsite.hill.af.mil. Responsible offeror must be active in the Central Contractor Registry in accordance with FAR 52.204-7. DUNS, TIN, and CAGE Code must be written on submitted quote. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. A standard commercial warranty on parts and workmanship is required. 3052.209-70 Prohibition on contracts with corporate expatriates. (JUN 2006) ; - In accordance with 18 U.S.C. 709, any contractor, except with the written permission of the Director of the U.S. Secret Service, who knowingly uses the words "Secret Service", "Secret Service Uniformed Division", "U.S.S.S.", "U.D." or any colorable imitation or such words or initials, in connection with or as a part of any advertisement, circular, book, pamphlet or other publication, play, motion picture, broadcast, telecast, other production, product or item, in a manner reasonably calculated to convey the impression that such advertisement, circular, book, pamphlet or other publication, product, or item, is approved, endorsed, or authorized by or by associated in any manner with, the U.S. Secret Service or the U.S. Secret Service Uniformed Division shall be punishable as follows: a corporation, partnership, business trust, association, or other business entity, by a fine under this title; an officer or member thereof participating or knowingly acquiescing in such violation or any individual violating this section, by a fine under this title or imprisonment for not more than one year, or both. (End of clause). Award will be made to the offeror providing the most advantageous price while meeting all stated specifications, to include delivery and installation. Offers should be submitted via e-mail to April Delancy, april.delancy@usss.dhs.gov. Offers must be received no later than 3:00 p.m. Eastern Time, Thursday, June 30, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/USSS291145/listing.html)
 
Place of Performance
Address: 950 H Street NW, Washington, District of Columbia, 20223, United States
Zip Code: 20223
 
Record
SN02480662-W 20110625/110623235137-c4bca69fc1b21dcf0c9e4448b3c1f5cf (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.