SOLICITATION NOTICE
66 -- AQ2 Analyzer
- Notice Date
- 5/11/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Procurement and Property Division, Acquisition Branch (DC), 1280 MARYLAND AVE SW, Portals Bldg, Rm 580C, Washington, District of Columbia, 202500310, United States
- ZIP Code
- 00310
- Solicitation Number
- 001126515000486KLN
- Archive Date
- 5/22/2010
- Point of Contact
- Kathy L Newton, Phone: 202-720-7478
- E-Mail Address
-
knewton@ars.usda.gov
(knewton@ars.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- The United States Department of Agriculture (USDA), Agricultural Research Service (ARS) has a requirement for an AQ2+ Analyzer Package or equivalent that must consist and operate as indiciated. A ll chemistries on the automated multi-chemistry system must operate on the principle of discrete batch robotics analysis. The robotics system must provide immediate, on-demand start-up, automated method changeover, and automated shutdown under computer control with no operator intervention. The analyzer must be methods-based, capable of replicating the sample and reagent ratios specified in prescribed manual or continuous flow methodologies. The system shall be capable of consuming no more than 500 uL combined volume of sample and reagents per test but may use additional volumes to replicate currently accepted methods. Samples shall be processed at rates up to 150 tests per hour with no carryover or cross-contamination between samples or chemistries. The system must allow for up to 7 chemistries to be run sequentially with no operator intervention. Only those tests required are run on each sample. The system shall not require reagent baseline stabilization. The system must be able to perform a minimum of 180 tests without operator intervention, ie. System must accommodate at least 180 reaction well positions without the need for manual re fill, for larger sample number runs including pre and post dilution requirements, and calibrations. All operating parameters must be computer-programmable with no manual switching of manifolds, pump tubes, sample loops or interference filters. The system must allow true walk-away operation with no operator monitoring or intervention. The reaction system must provide an electrical heating system to bring the reaction product to a steady state of 37 degrees C. The system shall perform sample reading in a temperature-stabilized optical glass flow thru cuvette to eliminate flow noise and maximize the signal-to-noise ratio. The system shall perform automatic reagent level sensing prior to analysis based on the number of samples to be analyzed. In the event of insufficient reagent volume being available, the system shall alert the operator to top off the reagent reservoirs as required. The dilutor must be able to perform pre-dilution in the range of 1:1 to 1:100 per sample and the instrument must automatically dilute and reanalyze any off-scale samples. The instrument must employ a wash well equipped with constant clean water flow to ensure efficient cleaning of probe and dispense system to accommodate extracted manure samples. The system must employ a mechanical probe cleaning feature which constantly wipes and cleans probe surfaces for the removal of colloidal contamination. Software must run under Windows XP or higher and must perform simultaneous instrument control, data acquisition and report generation. and communicate from the computer to the chemistry unit solely through a USB port not requiring a plug-in card or other computer modifications. The software must allow the operator to view and print the calibration curve following the calibration run and allow for one or more calibration standards to be eliminated from the curve and the least squares fit and correlation coefficient automatically recalculated. The software must automatically detect off-scale samples and schedule these samples for dilution to bring their concentration within the range of the calibration. The software must allow for post-run rescheduling and re-run of samples or controls, with or without a user-specified dilution. The system must have at least a one year warranty on parts and labor. Vendor must provide installation and commissioning and, at least, a two-day training course on-site. Vendor must have an on-site service program available, with local service available within 24-72 hours and must have loaner instruments available when needed. Please submit your pricing via email to Kathy.Newton@ars.usda.gov by noon, EST on May 21, 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/PPB/001126515000486KLN/listing.html)
- Place of Performance
- Address: USDA-ARS, 10300 Baltimore Avenue, Beltsville, Maryland, 20705, United States
- Zip Code: 20705
- Zip Code: 20705
- Record
- SN02146461-W 20100513/100511235132-c5436b3826661ac88aac49c465412f8b (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 |