|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 26,1998 PSA#2208Department of Veterans Affairs, Network Business Center, 5901 East
Seventh Street, Bldg 149, Long Beach, CA 90822 66 -- FINNIGAN TRACERMAT BENCHTOP HEADSPACE ANALYSIS SYSTEM SOL RFP
600-184-98 DUE 110998 POC Ronald Ferrer, (562) 961-8062 This is a
combined synopsis/solicitation for commercial items prepared in
accordance with subparts in the Federal Acquisition Regulation 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. This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-06. The Government
intends to procure the TracerMAT+ Benchtop Headspace Analysis System,
in this Solicitation No. RFP 600-184-98, from Finnigan Corporation on
a Brand Name or Equal basis (SIC 5047). The TracerMAT+ is a continuous
flow general purpose isotope ratio mass spectrometer (IRMS) which is
designed for the measurement of: (a) 13C/12C, and 18O/16O measurements
on CO2 and N2, either as pure gas or as a species in a multi-component
gas mixture (H2O+CO2) in headspace after liquid-gas equilibration,
liquid acidification; (b) CO2 or N2 in a wide variety of air samples,
including but not limited to open air, soil gas, growth chamber or
culture bottle atmospheres, at natural and enriched concentrations and
at natural and enriched isotopic compositions; and (c) respired air
from organisms, at natural and enriched concentrations and at natural
and enriched isotopic compositions. The system shall meet the following
performance specification: 0.1% (permil) precision for the measurement
of delta 13C, which corresponds to less than or equal to 0.0001 atom%
enrichment, for the measurement of 13C content of CO2 in a
concentration range 0.5% to 10% CO2. Offeror shall propose pricing for
the TracerMAT+ Benchtop Headspace Analysis System. Included in the
pricing are the following items: a) Autosampler -- The easy to load
autosampler comes with an integrated bar code reader for the automatic
unequivocal identification of each sample tube to be measured. The
autosampler includes 10 sample magazines each holding up to 20 sample
tubes for fully automated and unattended analysis of up to 200 samples
per batch. Transfer of headspace gas to the gas purification system is
accomplished by a needle assembly flushed with helium; b) Gas
Purification System -- The system includes all components necessary to
separate and purify CO2 from the headspace gas mixture. The gas sample
is collected in a 2 ml sample loop and automatically injected onto the
GC column for separation of CO2 from other components of the gas
mixture including O2, N2 and Ar. Water is removed by a Nafion membrane
externally purged with helium. The gas purification assembly is
interfaced to the mass spectrometer via a special continuous flow
interface comprising an open split and calibration gas injection device
for internal CO2 reference gas pulse injections; (c) Mass Spectrometer
Analyzer and Collector System -- The analyzer is a single focusing
magnetic sector type with a universal triple Faraday cup collector for
the simultaneous collection of the CO2 masses. The plug-in electron
impact ion source for ionization of the CO2 gas molecules is designed
for ease of maintenance. The fail-safe vacuum at the analyzer system is
provided by a 60 l/s turbomolecular pump backed by a two-stage rotary
pump. High vacuum measurement is provided by a Penning gauge. The mass
spectrometer includes all necessary electronics for ion acceleration,
ion source supplies and highly stable amplifiers for ion current
measurement; (d) Data System -- Comprehensive hardware and software
package includes a Gateway computer with 150 MHz Pentium processor, 16
MB SDRAM, 1.44 MB floppy disk drive, 12x CD-ROM drive, 1.2 GB hard
disk, 15" high-resolution color monitor, Windows 95-compatible
keyboard, MS mouse 2.0, MS Windows CD, MS Office Professional Edition,
HP DeskJet 690C printer and TracerMAT+ software; (e) Installation to
include 2-3 days of training for Government employees; f) Preventive
maintenance (except for routine operator maintenance described in
operating manual; g) Warranty; h) Trouble-shooting via telephone; and
i)Maintenance and Service Manuals. The Contractor warrants that at the
time of delivery, the system will be free from defects in material and
workmanship and will be in good working condition. Response time for on
site service shall be five (5) days or less from time of notification
of malfunction by the Government. Software and analytical instrument
upgrades that are made available during the term of the contract shall
be provided to the Government at no additional cost. Delivery of the
TracerMAT+ Benchtop Headspace Analysis System shall be FOB Destination
to the Department of Veterans Affairs, Network Business Center, Bldg.
149, 5901 East Seventh Street, Long Beach, CA 90822. The required date
of delivery is 30 calendar days from receipt of award. Offeror shall
submit a completed copy of representations and certifications at FAR
52.212-3, Offeror Representations and Certification -- Commercial Items
(Jan 1997). The full text of clauses identified herein may be accessed
electronically at these addresses: http://www.arnet.gov/far and
http://www.va.gov/oa&mm/vaar. The following Federal Acquisition
Regulations (FAR) clauses and provisions also apply to this
acquisition: 52.212-1, Instructions to Offerors -- Commercial (Jun
1997); 52.212-4, Contract Terms and Conditions-Commercial Items (May
1997); 52.212-5, Contract Terms and Conditions Required to Implement
Statues or Executive Orders-Commercial Items (Aug 1996); 52.222-26,
Equal Opportunity (Apr 1984); 52.222-35, Affirmative Action for
Disabled Veterans and Veterans of the Vietnam Era (Apr 1998);
52.222-36, Affirmative Action for Handicapped Workers (Jun 1998);
52.222-37, Special Reports on Disabled Veterans and Veterans of the
Vietnam Era (Apr 1998); 52.232-18, Availability of Funds (Apr 1984);
52.233-2, Service of Protest (Aug 1996); and 52.233-3, Protest After
Award (Aug 1996). In addition, incorporated herein by reference are the
following VA Acquisition Regulation (VAAR) clauses and provisions:
852.236-75, Guaranty (Apr 1984); 852.210-70, Requirements for Operating
and Maintenance Manuals (Nov 1984); 852.233-70, Protest Content (Jun
1987); 852.270-4, Commercial Advertising (Nov 1984); 852.237-70,
Contractor Responsibilities (Apr 1984); and 852.270-1, Representatives
of Contracting Officers (Apr 1984). Facsimile offers are accepted at
(562)961-8067. FAR Provision 52.215-18, Facsimile Proposals, is hereby
included. Offerors must hold prices firm in its offer for 30 calendar
days from the date specified for receipt. Documents cited in the
solicitation may be obtained from the General Services Administration,
Federal Supply Service Bureau, Specification Section, Suite 8100, 470
L'Enfant Plaza, SW, Washington, D.C. 20407, Telephone No.
(202)755-0325 or 0326. Offers are due November 9, 1998, 4:00 p.m. local
time. Address offers to: Department of Veterans Affairs, Attn: Ronald
Ferrer, Network Business Center (NBC), Bldg. 149, 5901 East Seventh
Street, Long Beach, CA 90822. Contact Ronald Ferrer at (562)961-8062
for information regarding this solicitation. Posted 10/22/98
(W-SN264667). (0295) Loren Data Corp. http://www.ld.com (SYN# 0273 19981026\66-0010.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|