Federal Bid

Last Updated on 20 Aug 2019 at 8 AM
Combined Synopsis/Solicitation
Lee Massachusetts

Vanquish Flex Quternary

Solicitation ID 12405B19P-971261
Posted Date 24 Jul 2019 at 4 PM
Archive Date 20 Aug 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Usda Ars Sea Aao Acq/Per Prop
Agency Department Of Agriculture
Location Lee Massachusetts United states
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; quotes are being requested and a written solicitation will not be issued. Solicitation number 12405B19-971261 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 334516 (Analytical Laboratory Instrument Manufacturing), with a small business size standard of 1000 Employees.

Vanquish Specifications

General Specifications:
1. LC system composed of high pressure mixing binary pump, thermostated autosampler, thermostated column compartment, and LightPipe diode array detector
2. Must have backpressure capability of 1034 Bar or 15,000 PSI for the entire system at a flow rate of up to 5ml/min..
3. The entire flow path must be fully biocompatible (pH range 2-12, buffer and/or chloride concentration up to 1 mol/L)
4. Must support both Adiabatic and Isothermal temperature control on column with an actively controlled pre heater up to 120 °C
5. Must have four sample racks in autosampler for a total of 216 standard 12x32mm vials with barcode scanning of racks.
6. Must have sample loop compression/decompression functions in autosampler to minimize pressure fluctuations and stabilize retention time. Typical RT RSD <0.05%
7. Must have ceramic rotor seal in injection valve withstanding 1034 bar operational pressures.
8. Must have 0.1mm ID biocompatible viper tubing to minimize system dispersion

Other System Specifications:
Quaternary Pump Specification:
• Operating Principle: Serial dual piston with SmartFlow automatic compressibility
• Flow Range: 0.001-8 mL/min, in 1 μL/min increments
• Pressure Range: 2-103 MPa (20-1034 bar, 290-15,000 psi) With a flow rate above 5 mL/min, the pressure range decreases linearly down to 80 MPa (800 bar, 11,600 psi)
• Compressibility Compensation: Fully automated, independent of mobile phase composition
• Flow Accuracy: ±0.1%
• Flow Precision: <0.05% RSD or <0.01 min SD, whichever is greater
• Pulsation: Typically < 1.0% or < 0.2 MPa, whichever is greater
• Gradient Formation: Low-Pressure gradient proportioning
• Proportioning Accuracy: ± 0.5% (of full-scale)
• Proportioning Precision: <0.15% SD
• Number of Solvent Lines: 4
• Mixer Volume: 400 μL (default configuration) configurable with other volumes
• Solvent Degassing: Built-in, 4 Channels
• GLP: Predictive Performance functions for scheduling maintenance procedures based on the actual operating and usage conditions of the pump.All system parameters logged in the ChromeleonTM Chromatography Data System Audit Trail.
• PC Connection: USB 2.0 3-port-HUB to connect further Vanquish modules
• I/O Interfaces: 2 × 6 pin Mini-DIN connectors each having functionality:1 input, 1 relay out, 1 bidirectional input/output
• Safety Features: Leak detection and safe leak handling, excess pressure monitoring
• Wetted Parts: MP35N, DLC, titanium, zirconium oxide (ZrO2), sapphire, aluminum oxide (Al2O3), PEEK, PTFE, ECTFE, FEP, UHMW polyethylene, perfluoro-elastomer, amorphous fluoropolymer (AF)

Autosampler Specification
• Operating Principle: Split loop injection
• Pressure Range: 5-103 MPa, (50-1034 bar, 700-15,000 psi)
• Injection Volume Range: 0.01-25 μL, min. step = 0.01 μL; Optional: 0.01-100 μL
• Injection Volume Accuracy: Typically ±0.5% for 10 μL water
• Injection Volume Precision: <0.25% area RSD for 1 μL (caffeine in water) Typically <0.5% area RSD for 0.5 μL (caffeine in water)
• Injection Linearity: r>0.99999 (caffeine in water)
• Injection Cycle Time: <15 s for 5 μL depending on settable injection parameters independent from sample position
• Minimum Sample Required: 2 μL at 1 μL injection volume
• Carry Over (UV): <0.004% with Chlorhexidine; <0.0004% with caffeine (typically)
• Needle Wash: (external) 1 solvent, dip rinse and continuous rinse
• Sample Compartment Temperature Range: 4-40 °C (≥23 K below ambient at <80% RH)
• Sample Temperature Accuracy: -2 °C/+4 °C
• Sample Temperature Stability: ±1 °C
• Sample Capacity: Any four of the following (SBS footprint) • 54 × 12 mm OD vials (≤1.5 mL) • 96 × 6, 7 and 8 mm OD vials (≤1.2 mL) • 24 × 15 mm OD vials (≤4 mL) • Well plates (96 and 384, deep and shallow) + capacity of 12 22.5 mm OD vials (≤10 mL) in the carousel
• Automation Features: Barcode reading: • Empty segment detection • Rack/well plate verification • Inventory management
• GLP: Predictive Performance functions for scheduling maintenance procedures based on the actual operating and usage conditions of the autosampler. All system parameters logged in the ChromeleonTM Chromatography Data System Audit Trail.
• PC Connection: USB 2.0; 3-port-HUB to connect further Vanquish modules
• I/O Interfaces: 2 × 6 pin Mini-DIN connectors each having functionality: 1 input, 1 relay out
• Safety Features: Leak detection and safe leak handling
• Wetted Parts: Titanium, zirconium oxide (ZrO2), sapphire, aluminum oxide (Al2O3), PEEK, PTFE, ECTFE, FEP, UHMW polyethylene, perfluoro-elastomer, amorphous fluoropolymer (AF)

Column Chamber Specification

Column Chamber Pre-heater Post-column Cooler
Operating Principle Still air and forced air Active Passive
Temperature Range 5-120 °C in 0.1 °C increments (18 K below ambient) 40-120 °C (5 K above ambient) 40-80 °C
Temperature Stability ±0.05 K ±0.5 K ±0.5 K
Temperature Accuracy ±0.5 K (up to 80 °C) ±2 K ±2 K (up to 80 °C)
Heating Performance <15 min, 20-50 °C, ±1 K Typical: 5 min, 25-40 °C, ±1 K 80 °C at 2.5 mL/min 120 °C at 1 mL/min (water/acetonitrile (50/50, v/v)) -
Cooling Performance <15 min, 50-20 °C, ±1 K - Down to 50 °C at 2 mL/min and 120 °C column temperature (water/acetonitrile (50/50, v/v))
Capacity 2 column slots 2 Up to 2 (installed on each other)

• Column Slot Dimension: 387 mm × 25 mm
• Temperature Zones: 1 per device (up to 3 zones in stacked configuration)
• Column Capacity: 2 × max. 300 mm w/ pre-heater or guard column, Max. ID: 10 mm 2 × max. 250 mm w/ pre-heater and guard column, Max. ID: 10 mm
• Column ID: Up to 4 column ID tags
• Valves: Up to 2 valves: 2-position/6-port, 6-position/7-port
• Pressure Range: 5-151 MPa, (50-1517 bar, 700-22,000 psi)
• Safety Features: 2 doors, gas, humidity and fluid leak sensors, fast-cool button
• GLP: Predictive Performance functions for scheduling maintenance procedures based on the actual operating and usage conditions of the column compartment. All system parameters logged in the Chromeleon CDS Audit Trail.
• PC Connection: USB 2.0
• Wetted Parts: Ceramics, MP35N 

Diode Array Detector Specification
• Optical Design Single-beam, reverse-optics design with concave holographic grating.
• High Numerical Aperture (NA) achromatic optics. 1024 element photodiode array.
• Maximum Data Collection Rate 200 Hz (including 3D acquisition) (ChromeleonTM )
• Chromatography Data System 7.2 SR1 control or higher)
• Wavelength Range 190-680 nm
• Noise <±3 μAU at 230 nm (standard flow cell, bandwidth: 4 nm, slit width: 4 nm; time constant: 2 s)
• Drift <0.5 mAU/hour at 230 nm
• Linearity <5% at 2.0 AU (typically <5% at 2.5 AU)
• Slit Width Settable: 1 nm, 2 nm, 4 nm, 8 nm
• Spectral Bandwidth Pixel resolution: 0.5 nm (average); Optical resolution: 1 nm (FWHM with 1 nm slit width)
• Light Source Deuterium lamp
• Number of Signal Channels 10 + 3D field
• Flow Cell Volumes Standard flow cell: 2 μL (illuminated), 0.8 µL (dispersion)
• High sensitivity flow cell: 13 μL (illuminated), 4.0 µL (dispersion)
• Flow Cell Pressure Limit 6 MPa (60 bar, 870 psi)
• Wavelength Accuracy ±1 nm
• Wavelength Repeatability ±0.1 nm
• Wavelength Calibration Internal calibration with D-alpha line of the deuterium lamp
• Wavelength Validation Internal validation with holmium oxide filter
• Biocompatible Yes, pH range 2-12, buffer and/or chloride concentration up to 1 mol/L
• PC Connection USB 2.0; 3-port-HUB to connect further Vanquish modules
• Safety Features Power-up diagnostics of optics, cooling fans, motors and electronics.
• Leak detection and safe leak handling.
• GLP Predictive Performance functions: lamp age and ignitions, lamp intensity degradation, leak
• detection, service monitoring period.
• All system parameters logged in the Chromeleon Chromatography Data System Audit Trail.
• Environmental Conditions 5-35 °C; 20-80% RH (non condensing)
• Power Requirements 100-240 V AC, 50/60 Hz, max. 150 W/255 VA
• Dimensions (h × w × d) 160 mm × 420 mm × 620 mm (6.3 × 16.5 × 24.4 in.)
• Weight 17 kg (37.5 lbs)

Delivery to the following address:

USDA/ ARS NBCL
59 Lee Road
Stoneville, MS 38776

Additionally, delivery costs to the above location must be annotated in proposal.

The Government anticipates award of a Firm Fixed Price contract.
Service will begin as close to January 1st as possible, quoted price should include all associated costs. Each offer must show a breakdown giving price of each element, provide descriptive literature or information showing that the offered equipment meets all specifications.

Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping).

Electronic submissions are preferred. Please email all quotes to [email protected]. NO LATE QUOTES WILL BE ACCEPTED.

The basis for award is Lowest Price Technically Acceptable. "LPTA" means the expected outcome of the acquisition that result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price (to include shipping), and must also have satisfactory Past Performance.

INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination.

The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restriction on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting
Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 204-19 Incorporation by Reference of Representations and Certifications; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation- Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-24 Limitation of Government Liability; FAR 216.25 Contract Definitization; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-17 Non-displacement of Qualified Workers; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions
Relating to Iran-Reps and Certs; FAR 52.232-1 Payments; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39 Unforceability of Unauthorized Obligations; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.244- 6 Subcontractors for Commercial Items; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR
52.252-2 Clauses Incorporated by Reference.

To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted and paid electronically.
Quotes must be received no later than July 31, 2019, 4:00pm Central Standard Time.

Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Monday July 29, 2019. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation

Bid Protests Not Available

Similar Opportunities

Indian head Maryland 17 May 2026 at 8 PM
Philadelphia Pennsylvania 10 Jan 2028 at 5 AM (estimated)
Philadelphia Pennsylvania 10 Jan 2028 at 5 AM (estimated)