Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 26,1998 PSA#2208

Department 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