The following minimum specifications must be met to be considered for award:
1. Self-contained bench-top linear MALDI TOF mass spectrometer with a footprint not to exceed 22 inches X 28 inches X 45 inches and weight not to exceed 200 lbs.
2. Continuously growing microorganism reference library, with at least 3,500 entries and more than 1 (one) update per year; library must contain food, veterinary, clinical and environmental entries and be generated using a single MALDI matrix; end-user must be able to add the laboratory's own entries to the library.
3. Open platform for integration into microbiology laboratory workflows where multiple systems are used for antibiotic susceptibility testing, culture analysis, robotic automation, etc.
4. Powered by a single standard US 110 VAC power cord.
5. Self-cleaning ion source via automated software-controlled laser heating without breaking vacuum and able to be completed in less than 30 minutes.
6. 60 Hz nitrogen cartridge laser directed to target via fiber optic cable with variable power attenuator and UV optics.
7. Automated software control to limit laser shots to minimum required for reliable pattern matching/organism identification.
8. Advanced pulsed ion extraction.
9. Single computer for instrument control, data acquisition, data analysis and reporting.
10. Potential to integrate additional tablet PCs for high-volume workflows.
11. Multiple MALDI target plate options including plates that are reusable, disposable, and in 24, 48 and 96 spot configurations.
12. Fast (approx. 2 minutes) target loading and removal from instrument
13. Vertically integrated components.
The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA, ARS, National Center for Agricultural Utilization Research, 1815 N. University Street, Peoria, IL 61604 and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract.
Quoters 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).
The basis for award is Lowest Price Technically Acceptable (LPTA). "LPTA" means the expected outcome of the acquisition that, results 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 Contracting Officer Representative (COR) 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 52.204-7 Central Contractor Registration: AGAR 452.204-70 Inquiries; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications/support, 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; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; 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 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; 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 (Dunn and Bradstreet) number is required in order to register. All invoices shall be submitted electronically using the Invoice Processing Platform system at www.ipp.gov .