Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2007 FBO #2036
SOURCES SOUGHT

66 -- ICP/MS Instrument System

Notice Date
6/22/2007
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, DC, 20210-0001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-DOL079RI20395
 
Response Due
7/6/2007
 
Archive Date
7/21/2007
 
Description
REQUEST FOR INFORMATION (RFI) This is a Request for Information (RFI) and not a Request for Quote (RFQ). The purpose of this RFI is to request information from interested parties supporting the acquisition of services to supply the U.S. Department of Labor, Office of Safety and Health Administration, Salt Lake Technical Center with Inductively Coupled Plasma combined with Mass Spectrometry (ICP/MS) instrumentation including collision and reaction cell technology for interference mitigation; instrument is to be used for measurement of metal ions in acidic aqueous solutions derived from industrial hygiene sampling. The entire ICP/MS instrument system must be in new (unused) condition, in accordance with the Statement of Work. THIS IS NOT A REQUEST FOR PROPOSAL. All interested parties who believe they meet these requirements are invited to submit a response in writing, no later than 2:00 pm, local time, July 6, 2007 that provides information describing their ability to provide this equipment. Vendors interested in performing this project must submit a Statement of Qualification/ Capabilities Statement that identifies their experience, capacity and proven disability employment expertise. The statement of qualifications must be no more than 5-pages, 12-point Arial font, provided via email. The email must cite the number of this notice, and it must state whether the respondent is a large, small or 8(a) business concern. Respondents that are small business concerns must also state whether they are small disadvantaged business and/or small woman-owned businesses. The letter must also state whether or not you hold a GSA Schedule Contract, including the Contract Number, and Schedule Number. All submissions responsive to this listing must be delivered via email to: Thompson.sheila@dol.gov The government reserves the right to compete any acquisition resulting from this RFI among small businesses or to make an award to an 8(a) firm, based on the responses received. STATEMENT OF WORK Occupational Safety and Health Administration (OSHA) Salt Lake Technical Center (SLTC) 1. INTRODUCTION The Salt Lake Technical Center (SLTC) analyzes samples submitted by Federal Compliance Safety and Health Officers (CSHOs) from workplaces all over the United States and the following territories: Puerto Rico, Virgin Islands, and Guam. Analytical results provided by SLTC to CSHOs are often used as the basis for citations and these results must be accurate, precise, and defendable in court proceedings. 2. SCOPE OF WORK Vendor is to supply Salt Lake Technical Center with Inductively Coupled Plasma combined with Mass Spectrometry (ICP/MS) instrumentation including collision and reaction cell technology for interference mitigation; instrument is to be used for measurement of metal ions in acidic aqueous solutions derived from industrial hygiene sampling. The entire ICP/MS instrument system must be in new (unused) condition. 3. STATEMENT OF WORK Cooling System The cooling system shall be capable of achieving instrument required temperature control specifications when placed in a location fifty feet away from the instrument. Appropriate plumbing shall be provided and included with installation. Vacuum System The ICP/MS must include a triple stage vacuum system utilizing a turbo-molecular pump to maintain vacuum at less than 1e-5 Torr during analysis, includes vacuum chamber isolation valve which automatically closes as plasma is extinguished or when system faults occur. The pumping system shall have enough capacity to reach operating vacuum from ambient atmosphere in less than 20 minutes. In the event of vacuum failure, the entire vacuum system is to be automatically back-filled by inert gas to preserve the cleanliness of the system. Turbo-molecular vacuum pump must be purged by an inert gas during operation to prevent damage by reactive gases and/or corrosive vapors. Auto-sampler The instrument package must include an auto-sampler with control software and sample dilution capability - Cetac model SDS 550 w/ASX 520, or equivalent. The auto-sampler must have a completely metal free fluid path and its own peristaltic pump for supplying rinse to the sampling probe. All available auto-sampler functionality must be controllable from the ICP/MS operating system. Sample Introduction The ICP/MS instrument must include an open architecture sample introduction system with the nebulizer and spray chamber mounted externally to the torch box / RF environment, for ease of access and maintenance. A low pulsation, 3-channel peristaltic pump shall be supplied to allow for sample delivery, spray chamber drain pumping, and on-line addition of internal standards or diluent solvents. At least one pump channel should be able to accept internal standard tubing. The pump must be integrated into the main body of the system and must be located in close proximity to the nebulizer/spray chamber assembly in order to minimize sample uptake and washout time. Full computer control of the peristaltic pump is required to allow for higher speed pumping during sample uptake and washout. Provision shall be included for the pump to automatically switch off upon completion of instrument analysis and instrument shutdown. The ICP/MS sample introduction system must include a Peltier cooled, temperature controlled spray chamber. The spray chamber and injector shall be resistant to nitric, hydrochloric and sulfuric acids at all concentration levels for maximum applicability to routine samples. Optional spray chambers resistant to concentrated hydrofluoric acid must be available, preferably manufactured from Polypropylene or PFA. The spray chamber temperature must be controlled and monitored via the software. Ion Source & RF Plasma The ICP/MS instrument must incorporate a computer controlled 27 or 40 MHz RF generator operating from 500 to 1600 watts for automatic control of torch ignition, shutdown, and system warm up. The RF generator must electrically decouple the plasma from the ion optics and allow independent adjustment of the ion optic parameters and the plasma conditions. The RF generator and load coil must have an internal cooling system that effectively provides stable temperature control. Safety interlocks throughout the system shall provide safe shut down of the generator without damage to the instrument in the event of power failure. In addition, all failure events must be recorded to an electronic error file and must include event description, time and date. Gas flows for the nebulizer, plasma and auxiliary gases must be fully and independently variable and under mass flow control by the instrument operating system. The instrument??s torch must incorporate multiple mass flow controllers to ensure consistent operation and enable the plasma to be optimized for the widest range of applications. Ion Extraction Interface The ICP/MS instrument must include platinum tipped skimmer and sampler cones. Ion Focusing Lens The ion lens or lenses must be fully computer controlled for optimization of voltages via system software. Automated tuning of the ion lens system voltages must be available. Reaction/Collision Cell The system must feature a collision/reaction cell device for removal of polyatomic interferences. The cell mustbe robust and handle high matrix samples. It is essential that it be simple to setup for routine multi-element analysis in complex multi-component and variable sample matrices. The Instrument shall allow the user to select from a variety of gases including ammonia, methane, oxygen, hydrogen, and helium. The use of two gases, separately controlled through individual mass flow controllers shall be available. Included shall be an option for the use of two gases within the same method. Both mass flow controllers must operate independently, and be under computer control. The cell shall be rapidly vented to allow the spectrometer to analyze a sample in ??cell mode?? and in ??standard ICP-MS mode?? in the sample analytical method, during a single uptake of the sample solution. The cell shall be capable of reducing the intensity of isobaric and polyatomic interfering species by up to 8 orders of magnitude. There must be a provision to prevent non-ionized matrix components from entering the cell (thus eliminating cell contamination) and prevent photons from reaching the detector. The cell must include a multi-pole (quadrupole, hexapole, etc.) ion guide device that should also function as a mass-filtering or energy discrimination device. The vendor must specify in the bid the ability to remove following interferences: ArAr interference on Se-78 ArC interference on Cr-52 MoO interference on Cd-111 CaO interference on Ni-60 ArO interference on Fe-56 ClO interference on V-51 ArCl interference on As-75 ArNa interference on Cu-63 Quadrupole A high-performance quadrupole mass analyser shall be provided. Stability of the quadrupole mass calibration and resolution shall be maintained by having critical parts of the quadrupole power supply temperature controlled. The system should give the user the option to run selected isotopes at a user defined, alternative resolution setting. Safety interlocks shall cut off the power to the quadrupole under any instrument condition that could cause damage to the quadrupole or detector assembly. Ion Detector The ion detector assembly shall consist of a solid state, discrete dynode electron multiplier (DDEM) simultaneously operating in both pulse counting and analog modes (dual mode). Critical detector electronics must be temperature controlled to ensure stability. The minimum time required for data acquisition by the detector should be 100usec in both the pulse and analog modes. The detector shall cover a full 8 orders of linear dynamic range, automatically measuring analog and pulse counting signals for multiple elements over the entire mass range in a single scan. Detector mode selection for each mass must be fully automatic. Cross calibration of detector modes must be fully automated and performed by the software. To minimize instrument setup time, detector response in both counting modes should be linear, enabling detector cross calibration to be performed by measurement at only one signal intensity, using only one multi-element standard. The detector must be automatically protected against damage due to high ion flux. Software The ICP-MS software shall be run under the Windows XP operating system, for maximum compatibility with third party programs. A statement regarding the vendor??s plans for upgrading their instrument control software for Vista compatibility must be included in the bid. The system software shall support the following calibration curve fit modes for Quantitative analysis: ?? Linear least squares. ?? Weighted linear least squares. ?? Linear forced-through-zero least squares. ?? Method of standard additions. ?? Additions calibration. The ICP/MS instrument control software shall support: Fully automated system start up and shutdown via the instrument control window. Real time graphics with ability to display transient and continuous signal profiles. Intelligent, automated monitoring of washout to the baseline shall be included. Ability to add a sample at any location in an automated sequence at any time during the run without having to restart the sequence. QC scheduling must automatically adjust to conform with QC frequency requirements. Quantitative analysis including external calibration, additions calibrations, method of standard additions, isotope ratios and isotope dilutions and semiquantitative analysis. All analytical raw data must be retained and stored on hard disk to support a complete data audit trail. The time and date must be printed on each sheet of data generated by the system printer. The quadrupole must be able to be tuned or mass calibrated on a minimum of 5 elements (Be, Co, In, Mg, Pb), providing a printed mass calibration report with all elements. Results output formatted in mixed concentration units e.g. ppt, ppb, ppm etc. for ease of data interpretation by the user must be available. QC protocol limits on measured values, allowing the analyst to define when and how an action is taken, and to specify a second QC action for automatic operation in the event that the first action is unsuccessful. All sample results and QC actions must be logged and a QC exception report must be created. A report generator that includes all the required QC/QA reports must be available. On-line help with quick steps to reference entire instrument user manual. True multitasking operation ?V can set up a new experiment while an automatic run is taking place. Data reprocessing on stored data without re-running samples for changes of calibration points, internal standard points or curve fit mode. Computer controlled, automatic selection of Collision/Reaction Cell gas when multiple gases or mixed mode are specified within a single method. Computer control and monitoring of vacuum pressure for all evacuated components. Computer controlled, automated optimization of Collision/Reaction Cell gas flows. System must be capable of supporting a syringe-pump based auto-dilution system. The software must support auto-dilutions by both a global dilution factor and serial dilutions for samples out of range. All sample results shall be presented in a single report incorporating all the modes of measurement utilized (e.g. standard and cell) during the sample analysis. Software updates (hot fixes) shall be provided without additional charge if they are intended to remedy originally intended software performance or correct software malfunction. New software revisions shall be backward compatible with current software to ensure instrument functionality. System Controller & Operating System The ICP/MS instrument system shall be controlled from an Intel duo core processor (minimum 2 Ghz, 2 Gb RAM, and 160Gb hard drive) based computer complete with CD-ROM/ (reader/writer) and 21?? LCD color graphics XGA flat panel monitor, keyboard & mouse. The software must support all printers via a MS Windows XP Pro (w/sp2) operating system and shall be installed on the computer with all critical current updates available from Microsoft. A high output (>20 ppm-normal) laser printer shall be included. Acid & Matrix Durability The vendor must specify whether or not the continuous use of a 4% sulfuric and 8% hydrochloric acid mixture can be routinely introduced into the instrument without producing any extra-ordinary wear and tear on the instrument components or significant diminished analytical performance. If any increased level of instrument maintenance beyond the vendor??s standard maintenance protocols must be performed to mitigate the effects of these acids, either by SLTC analysts or by a service engineer, it must be stated in the bid. The vendor shall specify the maximum total dissolved solids that can be routinely and continuously introduced into the instrument. Beryllium Sensitivity The vendor must be able to assure adequate sensitivity to reliably quantify Beryllium at a level of 10 part per trillion in an acid matrix of 0.5% sulfuric acid and 1% hydrochloric. A statement of capability shall be included in the bid. Any special instrument parameters or analytical conditions needed to achieve the required sensitivity must be specified in the bid. Unknown Sample Performance Successful bidders must demonstrate that their ICP/MS instrument system is capable of successfully measuring unknown samples provided by the Salt Lake Technical Center. To be successful, reported sample results must be within the recovery and precision limits specified in OSHA method 125G, and must be acquired by the instrumentation system within a time frame of five minutes per sample, or less (sample analysis, programmed delays, and rinse times combined). Samples and analysis instructions will be provided upon request. All instrument parameters and measurement conditions must be specified in the report of results and copies of all raw data must be provided. Analytical and ancillary data provided will be further evaluated for overall product performance. 4. DELIVERABLES Instrument as follows and described above. Inductively Coupled Plasma combined with Mass Spectrometry (ICP/MS) instrumentation including collision and reaction cell technology for interference mitigation; instrument is to be used for measurement of metal ions in acidic aqueous solutions derived from industrial hygiene sampling. The entire ICP/MS instrument system must be in new (unused) condition. Service All instrument parts must be available from the vendor for a period of at least five years beyond the date that the model is discontinued. Factory trained service engineers must be available to appear on-site and conduct requested service or repairs within a reasonable time frame not to exceed one week. Current service charges and extraneous service related charges must be within the reasonable ranges provided by competitor??s pricing, and current fees must be stated in the bid. For service engineers arriving from outside of the state of Utah; service and/or travel charges shall not be begin to be applied until the service engineer has arrived in the greater Salt Lake valley (i.e., as if the service engineer was stationed within 50 miles of Salt Lake City, Utah). Per diem, transportation and hotel charges will not apply, and these conditions shall apply for the service life of the instrument. The expected service life of the instrument shall be stated in the bid. Any additional service options should be specified in the bid. Warranty Bidders shall specify the extent of any warranty, limited or otherwise, and the warranty shall be for a minimum of one year. Training Training shall be provided by the vendor. The location, duration, extent, and the maximum number of trainees shall be specified in the bid. Installation Installation shall be provided.
 
Place of Performance
Address: Sandy, Utah
Zip Code: 84070
Country: UNITED STATES
 
Record
SN01325718-W 20070624/070622220556 (fbodaily.com)
 
Source
FedBizOpps 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.