Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2010 FBO #3324
SOURCES SOUGHT

66 -- Ion Chromatograph System - Attachment 1

Notice Date
12/29/2010
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, Administrative Services Division/Contracting, 100 North 6TH Street, Butler Square 5TH Floor, Minneapolis, Minnesota, 55403
 
ZIP Code
55403
 
Solicitation Number
APHIS-483393
 
Archive Date
1/25/2011
 
Point of Contact
Carol R. Dingess, Phone: 612-336-3208
 
E-Mail Address
carol.dingess@aphis.usda.gov
(carol.dingess@aphis.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
Please provide the following information regarding Fedbizops Sources sought notice# APHIS-483393 The Us. Department of Agriculture in Gastonia, is considering the purchase of an Ion Chromatograph for instrumental analysis of laboratory samples. The Ion Chromatograph will need to meet or exceed the following minimum requirements and specifications. The system must consist of an Ion Chromatograph and computer data system with full instrument control software. The Vendor would need to provide installation and familiarization. Ion Chromatograph System Specifications The System must be modular, consisting of a quaternary gradient pump, conductivity detector, electrolytic eluent generator, thermostatted column compartment, random-access autosampler, and software-based data/control system. The system must have the capability to add variable wavelength and photodiode array optical detectors for analysis of chromophoric chemical species. The system must have inert, nonmetallic PEEK (polyetheretherketone) components throughout to ensure solvent compatibility and metal contamination-free chromatography. The system must have the capability to expand from a single analysis system format to a dual analysis format using the same modules. The system must have electrolytic eluent preparation for both isocratic and gradient elution. Electrolytic eluent generation converts distilled water into high purity reagents online. Electrolytic eluent generation is capable of producing hydroxide, carbonate and bicarbonate/carbonate eluents for anion analysis, and methanesulfonic acid eluent for cation analysis. The conductivity detector must be a microprocessor-controlled digital output detector with an operating range up to 15,000 uS full scale. The digital output must also be autoranging over at least seven orders of magnitude. A digital output that is autoranging eliminates the need to change ranges during a run. Changing detection ranges during an analysis can lead to an increase in baseline noise, loss of sensitivity, and the possibility of having to reanalyze the sample. The system must have built-in control for self-regenerating electrolytic suppressors. Self-regeneration by electrolytic suppression eliminates the need to hand-prepare acid or base regenerants. Electrolytic suppression reduces background conductivity ofthe eluent, and provides high signal-to-noise ratios. Suppressor control for electrolytic suppressors must be from 0-500 mA, in I mA increments. The self-regenerating electrolytic suppressor must achieve chemical suppression utilizing electrolysis or dialysis through a polymeric micro-membrane or monolith disks. The suppressor must not cause retention time shifts due to the suppressor becoming expended during normal operation. The suppressor must not require the use of extra pumps, valves, solid phase reagents or capillaries to achieve eluent suppression. The system must have full control and digital data collection available through Windows-based chromatography workstation via a USB high-speed communication protocol. The system must contain a built in two-part USB hub. The pump must be a serial dual piston PEEK pump design. The pump must be microprocessor controlled constant stroke, variable speed. The must not require a pulse dampener for virtually pulse-free eluent delivery. The flow rate range must be from 0.001-10 mllmin, and pressure range from 5-5000 psi. The flow rate accuracy must be +/-0.1% (at I mllmin) andflow rate precision +/-0.1% (at I m11min). The heads must be compatible with aqueous eluents ofpH 0-14 and reversed-phase solvents. The pump must be fully controlled through software via USB; alternative control via TTL or relay closures. The pump must have a built in in-line vacuum degasser for the eluents, control of which is automated to sense when degassing is required. The pump must have an integral piston seal wash, which can be continuous when Interested sources are encouraged to complete and return Attachment 1 to the contracting office. Small Business concerns are encouraged to participate. This is not a request for competitive proposals, but instead a market research method to determine interested sources. A determination by the Government not to compete this requirement based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No requests for capability briefings will be honored as a result of this notice. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. Please provide Tax I.D. Number, Duns Number, and point of contact information. The Government will not award a contract based on the information received, nor reimburse participants for information or samples they provide. Information or materials provided is strictly voluntary. Please Email or Fax Attachment 1 to Carol Dingess at Carol.Dingess@aphis.usda.gov. fx# 612-336-3550 Email is the preferred method of communication. Telephonic inquiries will not be honored. Closing date for submissions of Statement's of Capability is January 10, 2011 at 4:00PM CT. Anyone interested in doing business with the USDA must also obtain a Dunn and Bradstreet number. If your company does not have a DUNS number, you may contact Dun and Bradstreet directly to obtain one by calling 1- 866-705-5711or via the following website: http://fedgov.dnb.com/webform or at ccr.dnb.com/ccr/pages/CCRSearch.jsp. Anyone interested in doing business with the USDA must complete a Representations and Certifications electronically at http://orca.bpn.gov and be listed in the government's Central Contractor Registrar. You may register on line with www.ccr.gov. or by calling Central Contractors Registration @ 1-888-227-2423 The North American Industry Classification Code (NAICS) is 334516
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/APHIS/Contracting/APHIS-483393/listing.html)
 
Place of Performance
Address: USDA, AMS, S&T, FLS, NATIONAL SCIENCE LABORATORY, 801 SUMMIT CROSSING PLACE, SUITE B, Gastonia, North Carolina, 28054, United States
Zip Code: 28054
 
Record
SN02351819-W 20101231/101229233627-9012e130df5f4ba5ae308515ede5ba0d (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.