|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 1,1999 PSA#2292DHHS, PHS, CDC, NIOSH, ALOSH, 1095 Willowdale Rd., Morgantown, WV
26505-2888 66 -- HYBRID QUADRUPOLE MASS SPECTROMETER AND DATA SYSTEM SOL RP99-009
DUE 031899 POC Brenda Goodwin, 304/285-5882/Contracting Officer, Rex S.
Wolfe, 304/285-5883 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; BIDS ARE
BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This
solicitation is issued as Request for Proposal No. RP99-009. This
procurement is being issued unrestricted. The Standard Industrial
Classification is 3826 with a size standard of 500 employees. This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-08. The NIOSH
Analytical Services Branch (ASB) requires a quadrupole mass
spectrometer (MS) coupled with an orthogonal time of flight MS for the
quantitative, sensitive and specific analysis of complex samples,
particularly biological materials. The analysis of biological
macromolecules, such as proteins, complex lipids and nucleic acids, is
a fundamental part of the planned activities of ASB. Numerous
applications of this instrument are possible including the analysis
proteins for molecular size, for peptide sequencing, and for adduct
formation following environmental exposures to complex mixtures such as
diesel exhaust and asphalt fumes. This technology can be applied to our
studies of occupational allergens as well as the analysis of early
markers of response. Our laboratory has for several years had an active
research program in endotoxin analysis, and recent studies have
indicated that MS techniques may be the "gold standard" of endotoxin
quantification, and that the charge density of the endotoxin molecule
may relate to its biologic activity. The detection of other microbial
products such as mycotoxins, glucans, or complex lipids may be possible
and enhance our abilities to do environmental assessments. Description
of Requirement: Furnish and install at temporary location on first
floor of H-Building at the National Institute for Occupational Safety
and Health (NIOSH), 1095 Willowdale Road, Morgantown, WV a mass
spectral detector and work station hardware comprised of the following
Contract Line Items (CLINs). Delivery shall be within six months after
receipt of a contract. Quantities for all items listed are ONE EACH :
(001) Quadrupole Mass Spectrometer coupled to an Orthogonal Time of
Flight Mass Spectrometer (QMS/TOF-MS or Q-TOF) and Data System with
necessary accessories for operation such as power supply, workstation,
and software; (002) Coaxial probe for electrospray ionization with API
source; (003) Coaxial probe for chemical ionization with API source;
(004) Nanoflow Spray Observation Camera; (005) Nanoflow light kit;
(006) Nanoflow electrospray interface for API source; (007) Options for
direct coupling with capillary and nanoflow liquid chromatography
systems using 50 nl/min to 200 ul flow rates; (008) Options for
coupling to capillary electrophoresis systems; (009) Training for 2
individuals on the use of the instrument (est. 5 days); (010)
Microprocessor controlled syringe pump for direct infusion; (011)
Software modules for data analysis for both large and low molecular
weight compounds; AND (012) Reinstallation of the system during the
warranty period to a permanent location on the second floor of the
H-Building. (Include labor costs to deinstall, reinstall and meet
standard Q-TOF performance specifications after relocation. The
Government is responsible for physical movement or damages incurred by
movement.) The workstation in Item (001) shall be digital and include
at minimum a 17" high resolution monitor, processor with 512 KB
memory, RAM expandable to 256K, tower enclosure, 300W power supply,
graphics, floppy disk drive, writeable CD-ROM drive, Microsoft NT
operating system software or equal, a software product brand name or
equal to Mass Lynx-NT (trademark of Micromass, Inc., Beverly, MA), and
software, documentation and two user license. System and all software
shall be Year 2000 compliant and be capable of interpreting and
handling non-compliant date data. The warranty period for the system
and components shall be for at least one (1) year from the date of
initial installation. Technical Evaluation Criteria: Offers will be
evaluated for technical compliance with the following specifications:
(1) Mass Range: Mass range up to m/z 10,000 for MS and MS/MS analysis;
(2) Mass Resolution: Mass resolving power up to 5,000 (FWHM) at 1500
Da; (3) Mass Measurement Accuracy: Under normal operating conditions
the mass measurement accuracy (with internal reference peak) less than
2 millidalton over the mass range from 150-400 daltons and less than
5 PPM over the range from 400-900 daltons; (4) Acquisition Rates: up to
a maximum of pulse repetition rate variable up to 30,000 spectra/sec.;
and (5) Precursor ion selection mass range in MS/MS Mode: Parent ion
selection up to m/z 4,000 for MS/MS analysis. Ion transmission is up to
m/z 10,000 for MS analysis. Offers shall propose based on F.O.B.
Destination (Morgantown, West Virginia) and the requirements at FAR
52.214.21 "DescriptiveLiterature" apply. Information provided must
demonstrate the unit's ability to meet the Technical Criteria
(specification) or your offer may be rejected. The Government intends
to make one award to the responsive, responsible offeror whose proposal
is most advantageous to the Government. The following FAR provisions
apply to this solicitation: FAR 52.212-1, Instructions to Offerors --
Commercial Items; 52.212-4, Contract Terms and Conditions -- Commercial
Items and 52.212-5 Contract Terms and Conditions Required to Implement
Statutes or Executive Orders -- Commercial Items. Additionally, the
following FAR clauses cited in Clause 52.212-5 are also applicable to
this acquisition as follows: FAR 52.222-3 "Convict Labor (E.O. 11755)",
52.233-3 "Protest After Award (31 U.,S.C. 3553 and 40 U.S.C. 759)",
52.203-6 "Restrictions on Subcontractor Sales to the Government, With
Alternate I"; 52.203-10 "Price or Fee Adjustment for Illegal or
Improper Activity", 52.219-8 "Utilization of Small Business Concerns
and Small Disadvantaged Concerns; 52.219-9 "Small, Small Disadvantaged
and Women-Owned Small Business Subcontracting Plan; 52.222.26 "Equal
Opportunity"; 52.222-35 "Affirmative Action for Disabled Veterans and
Veterans of the Vietnam Era"; 52.222-36 "Affirmative Action for Workers
With Disabilities"; 52.222-37 "Employment Reports on Disabled Veterans
and Veterans of the Vietnam Era"; 52.225-3 "Buy American Act --
Supplies"; 52.225-18 "European Community Sanctions for End Products."
OFFERS ARE DUE March 18, 1999, 2:00 p.m. local prevailing time. The
offer acceptance period shall be at least 60 days. SUBMIT THE FOLLOWING
TO: DHHS, PHS, CDC, NIOSH, ALOSH, Attn: Brenda Goodwin, 1095 Willowdale
Road, Morgantown, WV 26505: (1) Original and three copies of a
completed SF 1449, signed by an individual authorized to bind the
organization; (2) Schedule of Supplies/Services containing Part Numbers
and Pricing of CLINs 001 through 012, a delivery schedule, and
published price lists (if available); (3) completed Representations and
Certifications -- Commercial Items, FAR 52.212-3; (4) descriptive
literature, tables, etc. which demonstrate compliance with
specifications for evaluation purposes; (5) Small, Small Disadvantaged
and Women-Owned Small Business Subcontracting Plan and (6)
acknowledgment of solicitation amendments, if any. Facsimile Offers are
not authorized. Offers that fail to furnish the required information,
or reject the terms and conditions of the solicitation may be excluded
from consideration. Award of a one firm fixed-price contract is
anticipated. Information regarding this notice can be obtained from
Brenda Goodwin at (304)285-5882 or by fax at (304) 285-6083. All
responsible sources may submit a response, which shall be considered by
the Agency. Posted 02/25/99 (W-SN302341). (0056) Loren Data Corp. http://www.ld.com (SYN# 0285 19990301\66-0018.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|