SOLICITATION NOTICE
66 -- High-Performance Liquid Chromatography
- Notice Date
- 2/12/2020 10:45:07 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
- ZIP Code
- 38776
- Solicitation Number
- 12405B20P-991405
- Response Due
- 2/19/2020 2:00:00 PM
- Archive Date
- 03/05/2020
- Point of Contact
- Lynn S. Hults, Phone: 9792609376
- E-Mail Address
-
lynn.hults@ars.usda.gov
(lynn.hults@ars.usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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. Solicitation number 12405B20P-991405 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 334516 (Analytical Laboratory Instrument Manufacturing), with a small business size standard of 1000 Employees. Specifications: With the following minimum specifications: Specifications High-Performance Liquid Chromatography Hydraulic system � ��������������� ����������� Dual pistons in series. Maximum flow rate � ������������ ����������� Must deliver a flow rate up to 10mL/min. Module integration � ������������� ����������� Integration column compartment (column oven) and sample cooler as options inside of the module. Injection volume range � ������ ����������� 0.1 to 900uL or 1800uL by seat loop extension. Cycle time � �������������������������� ����������� 18 seconds injection cycle time. Cooling Accuracy � �������������� ����������� 2 degrees Celsius to 6 degrees Celsius at a setpoint of 4 degrees Celsius. Capacity � ����������������������������� ����������� 132 vials (2mL) of 36 vials (6mL) Module integration � ������������� ����������� Integrated column compartment (column oven) and sample cooler as options inside of the module. Combined specifications � ��� ����������� up to four columns with 30 cm length and a temperature range from 10 degrees Celsius below ambient to 85 degrees Celsius. Column identification module � �������������������� Must offer an automatic column identification module as standard for GLP documentation of column type, and major column parameters. Independent temperature zone � ����� at least two independent temperature zones required. Temperature accuracy � ������������������ Temperature accuracy must be +/- 0.8 degrees Celsius or +/- 0.5 degrees Celsius with calibration. Flexible Valve System � ������������������������������� Valves must easily be user-exchangeable. Valve right next to columns � ����������������������� Valve must be in closest proximity to the columns. Pull-out valve mounting � ����������������� Valves must be mounted on a pull-out device to bring the capillary connections into a position where they are unhindered accessible with the required tools. Column selection Valves � ��������������� 4-column selection at the same pressure range as of the pump must be available. Automatic flow control at valve switching � The pump flow will be firmware controlled reduced before a valve will be switched. 2PS/ 10PT Valves available � ���������������������� An integrated 2Pos/10Port valve with a pressure range as of the pump must be available. Column dimensions � ����������������������������������� Columns of up to 30cm length must be supported. Stackable � ��������������������������������������� Must be a stackable, self-contained module with solvent resistant material used in all areas which may have contact with the mobile phase. Software - ����������������������������������������� Software must be available on the local controller and on the data system for single point control of the thermostated column compartment as well as other modules of the same family. Pre-column heating and post column cooling � The module must enable pre-column heating and post column cooling. Temperature range � ������������������������ from 10 degrees Celsius below ambient to 85 degree Celsius. Temperature Precision - ������������������� +/- 0.05 degrees Celsius. Slit width � ���������������������������������������� Programmable: 1, 2, 4, 8, 16, nm. RFID tags � ��������������������������������������� Radio Frequency Identifications Tags for flow cells and UV lamp. Number of signals � �������������������������� Simultaneous acquisition of up to 8 compound specific wavelength. Linearity � ����������������������������������������� > 2 AU (upper limit). Compatibility with wide range of flow cells � 1760 psi: Standard: 13-uL, 10-mm path length, Semi-micro: 5-uL, 6-mm path length, Micro: 2-uL, 3-mm path length, Preparative: 3-mm path length; 733 psi: Semi-nano 500-nL, 10-mm path length, Nano 80-nL, 6-mm path length; 400 bar: High pressure 1.7-uL. 6-mm path length; 20 bar: Preparative: 0.3-mm path length, Preparative: 0.06-mm path length; Standard bio-inert: 13 uL volume, 10 mm cell path length and 120 bar (1740 psi) pressure maximum; SFC Flow Cell: Light path 10 mm Pressure Rating 400 bar, Internal Volume 13uL; SFC Flow Cell LD: Light Path 3 mm, Pressure Rating 400 bar, Internal Volume 2 uL. Noise � ���������������������������������������������������������� < +/- 0.7 x 10-5 AU at 254 nm and at 750 nm (cell path length 10 mm, response time 2 s, flow 1 ml/min LC-grade. Wavelength range � ������������������������� Wavelength range must be at least 190-950 nm, settable in 1 nm increments. Light � ����������������������������������������������������������� Dual lamp design (tungsten and deuterium). Operating temperature � The temperature operating range of instrument must be from 4 degrees Celsius to 55 degrees Celsius. Maximum sampling rate � ���������������� 120 Hz. Drift � ������������������������������������������������ Signal drift must be equal or smaller 0.9 x 10-3 AU/h after adequate warm up. Detector Type � �������������������������������� 1024-element diode array. RID Noise � �������������������������������������� < +/- 1.24 nRIU. Data Collection � ������������������������������ 74 Hz data rate. Maintenance access � ���������������������������������� Front access of maintenance component. Maintenance Feedback � ����������������� Early maintenance feedback (EMF) for continuous tracking of instrument usage with customizable limits and feedback messages. RI Range � ���������������������������������������� 1.00-1.75 RIU. Measurement range � ���������������������������������� +/- 600 x 10to the power of -6 RIU. Optics Temp control � ���������������������������������� 5 degree Celsius above ambient up to 55 degrees Celsius. Sample Cell � ����������������������������������� 8 uL. Drift � ������������������������������������������������ <200 x 10-9 RIU/h. Noise � ���������������������������������������������������������� < +/-2.5 x 10-9 RIU. PC with control and Data Analysis software � PC including 16 GB RAM, monitor, and laser printer with single software for instrument control and data analysis. Software � LCMS control/data analysis � Software must be able to control and analyze LCMS data. Software � Access control � ������������� Access control verifies the identity of users and limits system access [including instrument use} to authorized individuals based on permissions assignments. Software � Audit Trails � ������������������ Must record metadata that are a record of critical information. Software � Audit Trail Review � ������������������� Ability to review audit trails in the software interface and electronically record that the audit trail was reviewed. The Government anticipates award of a Firm Fixed Price contract. Each offer must show a breakdown giving price of each element, provide descriptive literature or information showing that the offered services meets all specifications. Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping). Electronic submissions are preferred. Please email all quotes to lynn.hults@usda.gov. NO LATE QUOTES WILL BE ACCEPTED. The basis for award is Lowest Price Technically Acceptable. ""LPTA"" means the expected outcome of the acquisition that result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Past Performance, and (3) Price. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restriction on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 204-17 Ownership or Control of Offeror; AGAR 452.204-70 Inquiries; FAR 52.204-19 Incorporation by Reference of Representations and Certifications; FAR 52.209-5 Certification Regarding Responsibility Matters; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation- Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-24 Limitation of Government Liability; FAR 216.25 Contract Definitization; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-17 Non-displacement of Qualified Workers; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-1 Payments; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39 Unforceability of Unauthorized Obligations; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.244- 6 Subcontractors for Commercial Items; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted and paid electronically. Quotes must be received no later than February 19, 2020, 4:00pm Central Standard Time. Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Friday, February 14, 2020. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f93dfa72c0754715ad1cdf7cd2e1aeff/view)
- Place of Performance
- Address: Houma, LA 70360, USA
- Zip Code: 70360
- Country: USA
- Zip Code: 70360
- Record
- SN05561051-F 20200214/200212230157 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |