Cannabis Analyzer Package
Bidders ID: | NBD14408730332243754 |
---|---|
Due Date: | Apr 28, 2025 |
Posted Date: | Apr 14, 2025 |
Level of Government: | State & Local |
State: | Vermont |
Agency: | State of Vermont |
Category: |
|
Source: | Members Only |
TITLE | QUESTIONS DUE | ANSWERS POSTED | DUE DATE | NO POSTING AFTER |
Cannabis Analyzer Package |
04/21/2025 03:00PM |
|
04/28/2025 04:30PM |
|
Attachment Preview
]
Department of Buildings and General Services
Office of Purchasing & Contracting
133 State Street, 5th Floor | Montpelier VT 05633-8000
802-828-2211 phone |802-828-2222 fax
http://bgs.vermont.gov/purchasing
Agency of Administration
SEALED BID
REQUEST FOR PROPOSAL
Cannabis Analyzer Package – High Performance Liquid
Chromatography (HPLC)
ISSUE DATE
QUESTIONS DUE
RFP RESPONSES DUE BY
April 14, 2025
April 21, 2025 – 3:00 PM (EST)
April 28, 2025 – 4:30 PM (EST)
PLEASE BE ADVISED THAT ALL NOTIFICATIONS, RELEASES, AND ADDENDUMS ASSOCIATED
WITH THIS SOLICITATION WILL BE POSTED AT:
http://www.bgs.state.vt.us/pca/bids/bids.php
THE STATE WILL MAKE NO ATTEMPT TO CONTACT INTERESTED PARTIES WITH UPDATED
INFORMATION. IT IS THE RESPONSIBILITY OF EACH BIDDER TO PERIODICALLY CHECK THE
ABOVE WEBPAGE FOR ANY AND ALL NOTIFICATIONS, RELEASES AND ADDENDUMS
ASSOCIATED WITH THIS SOLICITATION.
STATE CONTACT:
E-MAIL:
FAX:
Deb LaRose, State Purchasing Agent II
Deborah.larose@vermont.gov
(802) 828-2222
1. OVERVIEW:
1.1. SCOPE AND BACKGROUND: Through this Request for Proposal (RFP) the Office of Purchasing &
Contracting (hereinafter the “State”) is seeking to establish contracts with one or more companies that
can provide Cannabis Analyzer Package - HPLC. To be delivered to Cannabis Control Board, 463
Mountain View Rd, Colchester, VT 05446.
1.2. CONTRACT PERIOD: Any contract(s) arising from this solicitation will be for a period of three years. The
State anticipates the start date for such contract(s) will be May 1, 2025.
1.3. SINGLE POINT OF CONTACT: All communications concerning this solicitation are to be addressed in
writing to the State Contact listed on the front page of this solicitation. Actual or attempted contact with
any other individual from the State concerning this solicitation is strictly prohibited and may result in
disqualification.
1.4. QUESTION AND ANSWER PERIOD: Any bidder requiring clarification of any section of this solicitation
or wishing to comment on any requirement of the solicitation must submit specific questions in writing no
later than the deadline for question indicated on the first page of this solicitation. Questions may be e-
mailed to the point of contact on the front page of this solicitation. Questions or comments not raised in
writing on or before the last day of the question period are thereafter waived. At the close of the question
period a copy of all questions or comments and the State's responses will be posted on the State’s web
site http://bgs.vermont.gov/purchasing/bids. Every effort will be made to post this information as soon as
possible after the question period ends, contingent on the number and complexity of the questions. All
information provided by vendors during this process will be public and bidders shall not provide
confidential information, except as described in 5.1 below.
1.5. CHANGES TO THIS SOLICITATION: Any modifications to this solicitation will be made in writing by the
State through the issuance of an Addendum to this solicitation and posted online at
http://www.bgs.state.vt.us/pca/bids/bids.php . Modifications from any other source are not to be
considered.
1.6. CONTRACT QUANTITY: Any quantities stated in the detailed requirements of this solicitation are
estimates only based on prior usage, and are annual quantities, unless otherwise stated. Actual
purchases may be higher or lower depending on the State’s needs.
2. DETAILED REQUIREMENTS:
2.1.1. The Cannabis Analyzer must come as an integrated HPLC with a small footprint.
2.1.1.1. It must include a simplified software overlay for the main CDS to facilitate the analysis of
cannabinoids.
2.1.1.2. It must include a choice of robust methods to determine the potency of cannabinoids.
2.1.1.3. It must include consumables and instructions to run the chosen methods, including
2.1.1.3.1.
Mobile Phase
2.1.1.3.2.
Analytical Column
2.1.1.3.3.
Guard Column
2.1.1.3.4.
Standards
2.1.1.3.5.
Standard Preparation Instructions
2.1.1.3.6.
Sample Preparation Instructions.
2.1.1.4
2.1.1.5
It must include a three-year (3) warranty.
It must include Preventative Maintenance at the start of years 2 & 3 of the Warranty.
Revised March 1, 2025
Page 2 of 26
2.1.1.6 It must include automated Start up and Shutdown procedures.
2.1.2 High Performance Liquid Chromatography (HPLC) Must be integrated HPLC with degasser, pump,
autosampler, column oven, detector in a single module,
2.1.2.1 It must have a color touch screen panel for direct control
2.1.2.2 The HPLC must have an automatic shutdown function that reduces power consumption by
at least 95%.
2.1.2.3 It must have extensive GXP and compliance features standard.
2.1.2.4 It must have a TCP/IP interface for communication with PC-based computer to download
chromatography method conditions to HPLC Hardware.
2.1.2.5 It must have a flow rate range of 0.0001 to 10.000 mL/min.
2.1.2.6 It must have micro-volume double parallel plunger design with a 10uL micro stroke volume
to minimize pulsation, reduce friction heat and increase seal life.
2.1.2.7 It must have a dual inlet check valve design.
2.1.2.8 It must have an anti-airlock mechanism incorporated into the outlet check valves for quick
priming and resilience for off-gassing.
2.1.2.9 It must have the ability to run a low-pressure quaternary quadient.
2.1.2.10 It must have the ability to have a solvent section of up to four solvents per pump.
2.1.2.11 It must have MicroReactor (MIRC) technology enabled in the solvent mixer to ensure
minimal quadient delay volume with no missing performance compromise.
2.1.2.12 It must have a minimum quadient delay volume of 460 uL.
2.1.2.13 The Autosampler must have a platinum coated needle to reduce the interaction of the
analytes and reduce carryover.
2.1.2.14 It must be able to rinse the needle before, after and before and after aspiration.
2.1.2.15 It must have carryovers less than 0.0025% (caffeine).
2.1.2.16 It must have an injection volume of 0.1 uL to 100 uL with an option to go to 2000 uL.
2.1.2.17 It must have an injection cycle time of 7 seconds or less.
2.1.2.18 It should be capable of pretreatment of samples including dilution, derivatization, and co-
injection.
2.1.2.19 The Column Oven must be capable of achieving high temperature control of at least 90°C
to increase analysis time.
2.1.2.20 The HPLC must have a flow rate accuracy of +1% or +2 L/min whichever is larger, and
precision withing +0.06%.
2.1.2.21 The HPLC must have an injection volume accuracy of +1%.
2.1.2.22 The HPLC must exhibit a cross-contamination of <0.0025%.
2.1.2.23 The HPLC Must have an injection cycle tie of <15 sec.
2.1.2.24 The HPLC must have a sample capacity of at least 216x1.5 mL vials.
2.1.3 Detector
2.1.3.1
The HPLC must have a Photodiode Array detector (PDA) built into the main unit with a
wavelength range of 190-800 nm.
Revised March 1, 2025
Page 3 of 26
2.1.3.2 The PDA detector must make use of a 1024 element diode array.
2.1.3.3 The PDA detector must have a spectral resolution of 1.4 nm and devise resolution of 0.6
nm/pixel.
2.1.3.4 The PDA detector must have a variable slit that can be set to 1.2 and 8 nm.
2.1.3.5 The PDA detector must have a noise level of <+3x10-6 AU and drift of <500x10-6 AU.
2.1.3.6 The PDA detector must have a linear range of 2.0 AU.
2.1.3.7 The PDA detector must be capable of sampling at 100 Hz.
2.1.4 Software platforms should be the same for all instrumentation (HPLC, GCMS & LCMS). The
software platform must offer consistent user experience across all instruments, reducing the chance of
errors and simplifying usage and training. By providing unified software platforms, lab personnel can
operate various instruments with ease and confidence, minimizing in the need for extensive training
and the potential for mistakes.
3. GENERAL REQUIREMENTS:
3.1. PRICING: Bidders must price the terms of this solicitation at their best pricing. Any and all costs that
Bidder wishes the State to consider must be submitted for consideration. If applicable, all equipment
pricing is to include F.O.B. delivery to the ordering facility. No request for extra delivery cost will be
honored. All equipment shall be delivered assembled, serviced, and ready for immediate use, unless
otherwise requested by the State. No charge for packing, shipping, or for any other purpose will be
allowed over and above the price quoted.
3.1.1. Prices and/or rates shall remain firm for the initial term of the contract. The pricing policy submitted by
Bidder must (i) be clearly structured, accountable, and auditable and (ii) cover the full spectrum of
materials and/or services required.
3.1.2. Cooperative Agreements. Bidders that have been awarded similar contracts through a competitive
bidding process with another state and/or cooperative are welcome to submit the pricing in response
to this solicitation.
3.2. STATEMENT OF RIGHTS: The State shall have the authority to evaluate Responses and select the
Bidder(s) as may be determined to be in the best interest of the State and consistent with the goals and
performance requirements outlined in this solicitation. The State of Vermont reserves the right to obtain
clarification or additional information necessary to properly evaluate a proposal. Failure of bidder to
respond to a request for additional information or clarification could result in rejection of that bidder's
proposal. To secure a project that is deemed to be in the best interest of the State, the State reserves the
right to accept or reject any and all bids, in whole or in part, with or without cause, and to waive
technicalities in submissions. The State also reserves the right to make purchases outside of the awarded
contracts where it is deemed in the best interest of the State.
3.2.1. Best and Final Offer (BAFO). At any time after submission of Responses and prior to the final
selection of Bidder(s) for Contract negotiation or execution, the State may invite Bidder(s) to provide a
BAFO. The state reserves the right to request BAFOs from only those Bidders that meet the minimum
qualification requirements and/or have not been eliminated from consideration during the evaluation
process.
3.2.2. Presentation. An in-person or webinar presentation by the Bidder may be required by the State if it
will help the State’s evaluation process. The State will factor information presented during
presentations into the evaluation. Bidders will be responsible for all costs associated with providing
the presentation.
Revised March 1, 2025
Page 4 of 26
3.3. CONFLICTS OF INTEREST:
3.3.1. Organizational Conflict of Interest (OCOI): An OCOI arises when a bidder as a business entity has
interests (for example, customers, partners, contracts) that could undermine, or reasonably be
perceived to undermine, its faithful and unbiased performance of a contract with the State that may
result from this solicitation.
3.3.2. Personal Conflict of Interest (PCOI): A PCOI arises when an interest held by an individual, agent or
employee of a bidder could undermine, or reasonably be perceived to undermine, its faithful and
unbiased performance of a contract with the State that may result from this solicitation.
3.3.3. Requirements: The State does not seek to contract with any individual or business entity having a
conflict of interest which cannot be mitigated to the State’s satisfaction. To ensure the State’s
awareness of actual, potential, or reasonably perceived PCOIs and OCOIs, bidders shall:
a) Prior to submitting a proposal, conduct an internal review of its current affiliations and activities and
identify actual, potential, or reasonably perceived PCOIs or OCOIs relative to a contract with the
State that may result from this solicitation.
b) Disclose in your proposal any actual or potential PCOI or OCOI or the existence of any facts that
may cause a reasonably prudent person to perceive a PCOI or OCOI with respect to a contract
with the State that may result from this solicitation. Disclose, also, any actions proposed to mitigate
the PCOI or OCOI.
The State shall have sole discretion to determine whether a PCOI or OCOI can be mitigated to the State’s
satisfaction and may discuss the conflict with the bidder if and to the extent the State deems discussion
necessary to its determination. The State reserves the right to (a) reject from further consideration any
proposal having a PCOI or OCIO that cannot be mitigated to the State’s full satisfaction and (b) terminate
a contract upon discovery that a contractor failed to disclose facts pertaining to a PCOI or OCOI in its
proposal, or otherwise misrepresented relevant information to the State.
3.4. EXECUTIVE ORDER 05-16: CLIMATE CHANGE CONSIDERATIONS IN STATE PROCUREMENTS:
For bid amounts exceeding $25,000.00 Bidders are requested to complete the Climate Change
Considerations in State Procurements Certification, which is included in the Certificate of Compliance for
this solicitation.
After consideration of all relevant factors, a bidder that demonstrates business practices that promote
clean energy and address climate change as identified in the Certification, shall be given favorable
consideration in the competitive bidding process. Such favorable consideration shall be consistent with
and not supersede any preference given to resident bidders of the State and/or products raised or
manufactured in the State, as explained in the Method of Award section. But, such favorable
consideration shall not be employed if prohibited by law or other relevant authority or agreement.
3.5. METHOD OF AWARD: Awards will be made under the provisions of 29 V.S.A. § 903. The State may
award one or more contracts and reserves the right to make additional awards to other compliant bidders
at any time if such award is deemed to be in the best interest of the State. All other considerations being
equal, preference will be given to the following as identified in the applicable Certificate of Compliance.
3.5.1. resident bidders of the state and/or to products raised or manufactured in the state;
3.5.2. purchase of goods, products, or materials produced in the United States (including but not limited to
iron, aluminum, steel, cement, and other manufactured products) when the award involves the use of
applicable federal funds under 2 C.F.R. § 200.322)
3.5.3. bidders who have practices that promote clean energy and address climate change.
3.6. CONTRACT NEGOTIATION: Upon completion of the evaluation process, the State may select one or
more bidders with which to negotiate a contract, based on the evaluation findings and other criteria
deemed relevant for ensuring that the decision made is in the best interest of the State. In the event State
Revised March 1, 2025
Page 5 of 26
You are viewing the opportunity summary page, which includes a brief overview and a preview of the attached documents.
Disclaimer: The details regarding bids, requests for proposals (RFPs), and requests for qualifications (RFQs) on this site are provided for convenience and do not represent official public notice. To respond to or inquire about bids, RFPs, or RFQs, please contact the appropriate government department.
TRY FOR FREE
Not a GovernmentBidders Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.