Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 1,1999 PSA#2292

DHHS, 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