Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2005 FBO #1279
SOLICITATION NOTICE

66 -- PEGASUS GC X GC SYSTEM AND ACCESSORIES

Notice Date
5/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, North Atlantic Area Office, 600 East Mermaid Lane, Wyndmoor, PA, 19038
 
ZIP Code
19038
 
Solicitation Number
Reference-Number-MB021
 
Response Due
6/3/2005
 
Archive Date
6/18/2005
 
Description
The USDA, Agricultural Research Service (ARS), intends to negotiate solely with Leco Corporation in St. Joseph, Michigan to furnish, deliver and install a new Pegasus GC x GC System and install a comprehensive gas chromatographic (GCxGC) time of flight mass spectrometer (TOF-MS) System inclusive of all accessories, analysis software, instrument software, computers, and monitors at the USDA, ARS, NAA, Eastern Regional Research Center located in Wyndmoor, PA 19038. This equipment will be used for research purposes to develop new analytical methods to determine and identify dioxins and other chemicals at ultratrace levels in complex food samples. The purchase includes the following items: 1) Leco Pegasus 4D comprehensive gas chromatograph coupled to a time of flight mass spectrometer (GCxGC/TOF-MS) with high speed thermal modulation using the liquid nitrogen cooling option and including the associated computer data system and software, installation, 1-year warranty, and tuition for a training course for 1 person. 2) the affiliated liquid nitrogen leveling system; 3) A micro electron capture detector; 4) a separate computer workstation and software; 5) Two each, 19? flat screen monitors; 6) a Gerstel CIS-3 cooled injector with an attachable thermal desorption unit and mounting kit plus its software and license; 7) the Gerstel MPS2 robotic autosampler and associated items (trays, firmware, syringes, etc.) and the Twister automation option; 8) the Leap Technologies Atas Optic 3 injection system and software plus the attachable thermal desorption unit; 9) Installation; 10) associated supplies and consumables including 10 fritted liner packs, 3 packs of o-rings, sintered glass liners, and microvials; and 11) the Leap Technologies CTC Di-Pal for direct injection including the trays, syringes, mounting kit, training, tools, cables, etc.; 12) Custom made needle guide for the USDA applications, syringe adapter, tray holder and 2-solvent wash stations. GENERAL SPECIFICATIONS - Comprehensive GC (GCxGC) and TOF-MS entail the modulation of first column GC eluents onto a second GC column combined with full scan (at least 50-600 m/z) mass spectrometric detection at 500 scans/second. The thermal modulator in GCxGC provides rapid heating and cooling cycles using liquid nitrogen to repeatedly transfer (typically at 2 second intervals) the eluent from one GC column to a second column of a different type. The eluent from the second column is detected by a TOF-MS (and/or micro electron capture detector in the purchased configuration). The system can separate, isolate, quantify, and identify through the GCxGC process and high speed full scan mass spectral data acquisition, deconvolution, and library searching essentially any thermally stable, semi-volatile chemical (and thermal degradation products) injected into the system. The instrument allows multiple injectors, and two types of adaptable automated large-volume injection and thermal desorption devices, which provide the highly beneficial direct sample introduction approach, are included. A separate data workstation was purchased to increase sample throughput, data handling and processing capabilities. The Pegasus 4D instrument and associated devices provides a highly versatile and powerful analytical tool and time- and labor-saving approach for the qualitative and quantitative analysis of chemicals at ultratrace levels in complex samples. TECHNICAL SPECIFICATIONS - Pegasus GCxGC System with LN2 Cooled Thermal Modulator: The system consists of a Time-of-Flight mass spectrometer with an electron impact (EI) ionization source, a mass range of 5 to 1000 m/z, unit mass resolution across the mass range, and acquisition rates of 1 to 500 full range mass spectra per second. The differentially pumped system allows a range of helium GC effluent flow from 0 to 10 mL/min. The system also includes an Agilent 6890N GC with Split/Splitless Injector, LN2 cooled LECO GCxGC Thermal modulator and ChromaTOF 4D software delivering full integrated system control, automated operation, and full qualitative and quantitative data processing capabilities. Modulator frequency is capable of at least 0.5 Hz. Installation and a 1-year warranty are included The workstation consists of a Pentium Computer Tower with 3.5 inch floppy drive, Read/Write +/- DVD/CD ?ROM drive, Modem, NetOp software kit, NIST library search program and database (CD format), and two 19" Color Flat Panel Monitors. Gerstel-Cooled Injection System CIS 3 featuring a septumless sampling head for 0.64mm o.d. dome tip needle linear heating from 0.5 to 12 degree C/sec. With 2 programmable temperature ramps, split/splitless and solvent vent injection modes (split/splitless max initial temperature 300 degree C), master software, basic license which controls all Gerstel sample introduction systems including PreStation. Gerstel Twister Automation Option with TDU mounting kit and Gerstel TDU, Twister Desorption Unit (TDU) for CIS 3/3S and TDU mounting kit, features include: single shot operation, desorption temperature from 20 degree C to +350 degree C, peltier cooling, dynamic desorption flow, desorption in split or splitless mode, temperature program rate: 1 to 12 degree C/sec., uses CIS3/3S as cryogenic trap. Gerstel Multi-Purpose Sampler (MPS 2) for standard and large volume liquid injection (upgrade to HS version possible) includes: MPS 2 X/Y unit, MPS 2 robotic Z positioning injection tower, built-in firmware for liquid, headspace, and dual inlet injection, control keypad and cable, power supply, input voltage 90- 264V, wash station for 2 different solvents (5 positions), dual sample tray with tray holder for 98x2mL and 78x1mL vials, 2.1uL-1mL universal liquid syringe holder, 2 x 10uL liquid syringes (septumless head compatible), safety guard, operation manual, PC connection cable, firmware loader program, premium vial and crimper starter kit, and Gerstel Twister License Atas/Leap LINEX Thermal desorption unit with head, tray, set of 5 liners, install kit, and gripper for moving lines. Requires an OPTIC3 and a COMBi PAL with special object. Other accessories include: 10 each - Fritted Liner, (15mm (pack of t); 3 each - O-ring, 4.4 x 1.779 mm (pack of 50); 1 each -Sintered Glass liner with taper, Salanized; 1 each ? DMI long microvial w/whole. Atas/Leap Optic 3 S Injection System with main electronic gas control channel and evolution workspace software and mounting hardware Cycle Composer Remote Control Software for PAL System (Windows 95/98/NT/2000/XP compatible) includes: macro editing capabilities, Xcalibur and Chemstation drivers, and 12 months of basic telephone support. CTC DI-PAL for Direct Injection System includes a standard wash station with 4 vials, 1 tray holder, 1 tray for 98 x 2 ml vials, syringe and holder for 10 ul syringe, power supply with cord, GC ready cable, set of tools and operating manual, mounting kit,, installation and training. Accessories also includes 3-each, custom-made needle guide for using USDA microvial inserts in the Linex; Syringe Adapter 25 ul; and 1-each of: tray holder for 98 and 32 positions, 114 mm vertical member; LC PAL wash station for two solvents consisting of 1 x vial holder for 2x 100 ml vials; 2 x vial 100m.; and 1 pc waste port including septa, cap waste tubing. In addition, the manufacturer must also produce and sell additional hardware, software, chemistries, and support for applications utilizing each of these components and be capable of expansion in the future. GOVERNMENT FURNISHED ITEMS - The Government shall provide the necessary facility utility hookups. SECTION 508 ACCESSIBILITY COMPLIANCE CLAUSE - The Government has determined that Section 508 of the Rehabilitation Act of 1973, as amended, standards 1194.21 through 1194.23, and 1194.25 applies to each system. The Contractor must note in the schedule whether each product or service is compliant or noncompliant with the accessibility standards at 36 CFR 1194. For each item that is identified as compliant the Contractor shall provide evidence or verification of compliance. The proposal must indicate where full details of compliance can be found (e.g. schedule attachment, vendor?s website or other readily available location (specify). All Electronic and Information Technology (EIT) procured through this Contract must meet the applicable accessibility standards at 36 CFR 1194, unless an agency exception to this requirement exists. (36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at: http://www.section508.gov/, then go to 508 Law. All equipment, supplies and software must be ?Year 2000 Compliant?. DELIVERY - shall be F.O.B. Destination, Within Consignee?s Premises within ten (10) weeks after receipt of the order. DELIVERABLES - The Contractor shall furnish, deliver the equipment within ten (10) weeks after receipt of the purchase order. Deliveries shall be made to the USDA, ARS, NAA, Eastern Regional Research Center (ERRC) between the hours of 8:00 a.m. to 3:00 p.m., Monday through Friday, excl. Federal holidays. DOCUMENTATION - The Contractor shall provide two (2) copies each of the: 1) System installation specifications to the TR within five (5) days after receipt of the award notice. 2) Operations, repair and maintenance manuals, service instructions, and software operating instructions for each piece of equipment or software upon delivery. 3) One (1) copy of the software on diskette upon delivery of the system. 4) Software upgrades shall be provided to the TR within five (5) workdays after issuance. . All documentation shall include the P.O. number. Final payment shall not be made unless and until the equipment and documentation have been fully accepted by the TR. INSTALLATION AND SET-UP - The Contractor shall be responsible for performing all start-up operations to ensure the system is fully functional for its intended purpose. The date and time for installation and start-up shall be coordinated by the Contractor with the TR at least one (1) week prior to delivery and completed within two (2) weeks after delivery. TRAINING ? A 3-day training course at the contractor?s facility for one person to be completed within one year from date of installation is included in the price. Training shall include system operation, maintenance, and trouble shooting and include all pertinent training materials. WARRANTY - The Contractor shall provide a standard commercial manufacturer?s warranty on the equipment and software (included in the price.) The period of the warranty shall begin upon acceptance by the Government. The Contractor shall provide a copy of the warranty for each item with their offer. The Contractor shall also provide information regarding the available extended warranties for one additional year including parts, travel and labor, consumables and pricing. PAYMENT - The Contractor must be registered for Electronic Funds Transfer (EFT) payments in the Central Contractor?s Registration (CCR) database to receive payment. Payment may be made by a Government purchase order or Government Credit Card. Final payment shall not be made unless and until items have been received and are accepted by the Technical Representative. DESIGNATION OF CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE - The Contracting Officer shall designate the Contracting Officer's Technical Representative (TR) at the time of contract award. The TR is responsible for administering the performance of work under this purchase order. In no event, however, will any understanding, agreement, modification, change order, or other matter deviating from the terms of this purchase order be effective or binding upon the Government unless formalized by proper contractual documents executed by the Contracting Officer prior to completion of the purchase order. The Contracting Officer should be informed as soon as possible of any actions or inactions by the Contractor or the Government which will change the required delivery or completion times stated in the purchase order so that the contract may be modified accordingly. (This does not apply to individual task assignments which were issued by the TR; provided they do not affect the delivery schedule or performance period stated in the purchase order.) On all matters that pertain to the purchase order terms, the Contractor must communicate with the Contracting Officer. Whenever, in the opinion of the Contractor, the TR requests efforts outside the scope of the purchase order, the Contractor should so advise the TR. If the TR persists and there still exists a disagreement as to proper contractual coverage, the Contractor should notify the Contracting Officer immediately, preferably in writing if time permits. Proceeding with work without the proper contractual coverage could result in nonpayment or necessitate submittal of a purchase order claim. The NAICS Code is 334516 with a size standard of 500 employees. This procurement is unrestricted. This is not a request for proposal. No solicitation is available. Companies with the demonstrated capability and financial capacity to provide and service such equipment, and warranty must submit a written substantive statement outlining the Company?s and systems? capabilities, available service agreements and consumables (including price lists) to the Contracting Officer within 5 days of publication of this notice. This is not a request for proposal. No solicitation is available. This announcement and any other documents related to this procurement will be available electronically at the Internet site http://www.fedbizopps.gov. The Contractor is responsible for monitoring the FBO website for information relating to this requirement. Offerors will be responsible for downloading their own copy of these documents. Contractors are required to acknowledge receipt of all Amendments (if any). If no affirmative responses are received within 5 days of publication of this notice to determine whether a qualified source is more advantageous to the Government, an order will be placed with LECO under the authority of FAR 6.302.
 
Place of Performance
Address: USDA, ARS, Eastern Regional Research Center (ERRC), 600 East Mermaid Lane, Wyndmoor, PA 19038, Attn.: Shipping and Receiving.
Zip Code: 19038
Country: United States
 
Record
SN00816044-W 20050528/050526211641 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.