Federal Bid

Last Updated on 03 May 2019 at 8 AM
Combined Synopsis/Solicitation
Anthony Florida

Triple Quadrupole LC/MS System

Solicitation ID W912HZ-19-Q-6769
Posted Date 10 Apr 2019 at 9 PM
Archive Date 03 May 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usace Itl, Gsl, El, Chl, Vicksburg
Agency Department Of Defense
Location Anthony Florida United states
This is a combined synopsis/solicitation for a commercial item 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. The solicitation number is W912HZ-19-Q-6769 and this solicitation is issued as a request for quote (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2019-01. This procurement is 100% set aside for small business under NAICS code 334516 with a size standard of 1000 employees.

The US Army Engineer Research and Development Center (ERDC), Vicksburg, Mississippi is soliciting quotes for the purchase of a brand name Agilent 6495B Triple Quadrupole LC/MS System for geochemical analysis of emerging compounds, such as per-fluorinated compounds and insensitive munitions.
Instrument Requirements:
• Must be non-destructive, i.e. soft ionization, such as Electrospray ionization
• The mass spectrometer system must use a triple quadrupole design with the second quadrupole being capable of molecular collisions using an inert gas
• Dual ion-funnel design, gate valve, Q1 Ion optics
• Must have reliable and robust performance in conjunction with ion detector and collision cell design. Mass Stability <0.1 Da in 24 hours, manual Mass resolution 0.5 Da
• Must provide accuracy and precision for analysis of compounds in water, i.e. 0.1 Da from 5 - 1,000 m/z, 0.2 Da from 1,000 - 2,000 m/z, 0.3 Da from 2,000 - 2,250 m/z, mass stability <0.1 Da in 24 hours
• Must have quantitative applications (enhanced peak area response, peak area %RSD, S/N)
• Must possess 6 Orders of Linear Dynamic Range
• Ion detection efficiency and quantification using high-energy conversion dynode and low-noise characteristics
• Must provide sensitivity ratios (positive, on-column 150,000:1 ; negative, on column 150,000:1)
• Must provide instrument detection limitations (positive and negative within 0.75 fg measured at 1 fg on-column)
• Must possess extended mass range 5-2,250 Da for improved analyte quantitation and increased detection efficiency (HED voltage up to 20kV)
• Must provide fast acquisition speeds and ion polarity switching; for example 500 MRMs/sec; minimum MRM dwell time 1 ms and polarity switching 30ms
• Must provide maximum scan speed of 15,000 Da/sec
• Must interface seamlessly to an Agilent 1290 Infinity UHPLC system to provide existing laboratory instrumentation continuity.
• Must use available high performance columns and connections, such as ZORBAX guard fitting, column connectors, InfinityLab poroshell LC columns
• Must have a sample loading system that is quick, ergonomic, and safe
• Must be able to analyze a single sample or a batch of samples
• Must be able to provide automated compound optimization through MassHunter workstation for sample management, MS method optimization, data processing and data reporting
Required additional accessory uHPLC components include:
G7120A - 1290 Infinity II High Speed Pump. Power range 1300 bar and 5ml/min flow, binary pressure mixing, lowest delay, highest precision and accuracy.
G7167B - 1290 Infinity Multisampler up to 1300 bar for well plates and individual sample containers. Includes 1 sample drawer, 2x 54-vial containers, a needle flush port, 40uL metering device, 20uL loop.
G7116B - 1290 Infinity II Multicolumn Thermostat
G4232D - 2pos/10port valve head, 1300bar
01018-60025 - Solvent inlet filter, stainless steel
H2149A - Method and Application Consulting On-site consulting

Warranty - 1 year
Technical assistance, upgrades, software shall be under warranty and updates provided at no additional cost for 1 year.

Training and familiarization of system operation to be included in pricing.

Security Requirements:
Access and General Protection/Security Policy and Procedures:
All contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation/facility access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any installation or facility change, the Government may require changes in contractor security matters or processes.

For contractors who do not require CAC, but require access to a DoD facility or installation: Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05 / AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative, as NCIC and TSDB are available), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations.

Delivery Location:

USACE ERDC
Attn: Anthony Bednar
Building 3299
3909 Halls Ferry Road
Vicksburg, MS 39180

Delivery Date:

6 weeks from award

The following FAR clauses and provisions incorporated by reference apply to this combined synopsis/solicitation:
52.204-7 System For Award Management; 52.204-13 System For Award Management Maintenance; 52.204-19 Incorporation By Reference Of Representation And Certifications; 52.212-1 Instructions to Offerors - Commercial Items; 52.219-4 Notice Of Price Evaluation Preference For HUBZone Small Business Concerns; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-50 Combating Trafficking In Persons; 52.223-10 Waste Reduction Program; 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving; 52.225-13 Restrictions On Certain Foreign Purchases; 52.225-25 Prohibition On Engaging In Sanctioned Activities Relating To Iran-Certification; 52.232-33 Payment by Electronic Funds Transfer -- System for Award Management; 52.233-3 Protest after Award; 52.233-4 Applicable Law For Breach Of Contract Claim; 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials; 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights; 252.203-7005 Representation Relating To Compensation Of Former DoD Officials; 252.204-7003 Control Of Government Personnel Work Product; 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information; 252.209-7999 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law (Deviation 2012-O0004); 252.225-7001 Buy American And Balance Of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies On Contract Payments; 252.247-7023 Transportation Of Supplies By Sea

The following FAR clauses and provisions incorporated by full text apply to this combined synopsis/solicitation:

52.212-2 Evaluation -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items (Alt I); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Deviation); 52.219-28 Post-Award Small Business Program Re-representation; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.252-2 Clauses Incorporated by Reference; 52.252-5 Authorized Deviations In Provisions; 52.252-6 Authorized Deviations In Clauses; 252.204-7011 Alternative Line-Item Structure; 252.211-7003 Item Identification And Valuation

Offerors must include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications -- Commercial Items (Alt I), with their offer.

Only one award will be made under FAR Part 12 procedures. The awarded contract will be of a Firm Fixed Price Single Award type. Quotes are due on 18 April 2019 at 12:00 p.m. Central Standard Time.

The contract will be awarded on a Lowest Price Technically Acceptable (LPTA) basis.

The Government intends to award without discussions, however, reserves the right to hold discussions, if necessary. Therefore, offerors should provide their best possible proposal from a technical and pricing standpoint.

Send quotes via email to [email protected]. Copies of FAR clauses/provisions may be accessed via the internet at http://farsite.hill.af.mil/.

Bid Protests Not Available

Similar Past Bids

Long beach California 19 Apr 2018 at 3 PM
Pittsburgh Pennsylvania 12 May 2020 at 5 PM
Frederick Maryland 21 May 2015 at 12 AM
Fort gordon Georgia 03 Aug 2017 at 2 PM

Similar Opportunities

Colorado 02 Aug 2025 at 4 AM (estimated)
Colorado 02 Aug 2025 at 4 AM (estimated)
Oxnard California 22 Jul 2025 at 9 PM
Arizona 10 Jul 2025 at 8 PM