Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 13, 2021 SAM #7134
SOURCES SOUGHT

66 -- 66--MASS SPECTROMETER SYSTEM

Notice Date
6/11/2021 10:22:25 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140G0221Q0125
 
Response Due
6/21/2021 1:00:00 PM
 
Archive Date
07/06/2021
 
Point of Contact
Bertsch, Timothy, Phone: 303-236-9320
 
E-Mail Address
tbertsch@usgs.gov
(tbertsch@usgs.gov)
 
Description
MASS SPECTROMETER SYSTEM The purpose of this sources sought is to determine the availability and capability of interested small businesses to include, small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business, and 8(a) small business to provide Bioinert Ultrahigh pressure Liquid Chromatography System with DAD and Fluorescence Detection This notice is being posted for fact finding and planning purposes only and shall NOT be construed as an Invitation for Bid, a Request for Proposal, Solicitation, Request for Quotes, or an indication the Government will contract for the items or services herein. Responses to this source sought will be used by the Government to make appropriate acquisition decisions. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this source sought. Any response received will not be used as a proposal. The NAICS code is 334516 size standard 1000 employess All firms interested in this sources sought must be registered with or have the ability to register with the System for Award Management (SAM), in order to receive a Federal contract award. To register, go to the SAM Internet address at http://www.sam.gov. Failure to register may render the offeror ineligible for award of a contract. Bioinert/Biocompatible Ultra High-Pressure Liquid Chromatograph (UHPLC) 1. All equipment shall be provided as an integrated system with join data system control over all UHPLC) modules, detectors, and compatible software with existing Thermo Scientific Orbitrap mass spectrometers. 2. The LC system shall be made of bioinert/biocompatible materials. Ferrous-based components of any alloy composition are not acceptable. 3. All modules shall be capable of tolerating pH of 2-12 and chloride concentrations of at least 1 mole/L. 4. All UHPLC modules shall be exchangeable without uninstalling the system for easiest maintenance. 5. The position of the column compartment shall be variable to allow the shortest connections between the column outlet and detector inlets. 6. The system shall have an integrated, self-aligning drainage with leak detection to protect the instrument and prevent solvent overflow outside of secondary containment. 7. The system needs to be modular for flexible configuration while appearing as one integrated system. 8. All modules shall be compatible with United States power grid requirements and tolerate temperatures ranging from 5 to 35 deg. C at 20 to 80 % relative humidity. 9. The UHPLC shall have mobile phase secondary containment, vacuum degassers for at least 2 channels simultaneously, a binary pump, temperature controlled autosampler, a heated column compartment with an instrument software-controlled switching valve, all system tubing, power cords, communication cables, a diode array detector (DAD) and a fluorescence detector (FLD). 10. The UHPLC shall be able to be plumbed in series with all detectors including an Orbitrap Mass Spectrometer. 11. The UHPLC shall have a binary pump system: a. Capable of isocratic or gradient delivery of 2 solvents simultaneously with options for at least 4 or more selectable solvent channels for a total of at least 6 solvent lines with automatic compressibility correction independent of the mobile phases used while pumping at flow rates between 0.001 to 2 mL/min adjustable in 1 �L/min increments at pressures ranging from 20 to greater than 1000 bar up to 5 mL/min. Greater than 2 mL/min is preferred for future work involving fraction collection. b. The pump shall have an adaptive thermal effect compensation to assist with automated compressibility settings. c. The pump shall support a pressure of 1034 bar at flow rates between 50 �L/min to 5 mL/min. d. Pump shall have a dual-position design with independent piston drives to dampen flow pulses and maintain satisfactory detector baselines. e. The pump shall have finger tight check valves for fast maintenance that do not leak. f. The pump shall have an automated purge unit and mixing volume as low as 25 �L. g. The pump pulsation shall be below 1.0 % or 0.2 MPa (whichever is greater). h. Shall have flow accuracy of +/- 0.1 % and precision of 0.05 % or less relative standard deviation or a standard deviation of 0.01 minutes or less. i. Gradient formation shall have a high-pressure gradient proportioning accuracy of +/- 0.2 % of full scale and precision less than 0.15 % standard deviation. j. The binary pump shall have a mixer with a volume not to exceed 200 �L. k. Shall degas at least 2 solvent channels simultaneously. l. UHPLC modules shall be connected using USB 2.0 technology or greater so that rapid communication between modules is insured with stable connections. m. Binary pump shall have I/O pin connections also to include 1 input, 1 relay out, and 1 bidirectional input/output signal so that a mass spectrometer can receive an inject or start/stop signal if not controlled by UHPLC software. n. Module shall have data system control safety features to include real time leak detection, safe leak handling, and excess pressure monitoring and instrument protection from over pressure. o. The system�s basic pump functionality shall be controllable by a keypad and instrument software. p. The pump shall have software-supported predictive performance function for scheduling maintenance. q. The pump shall have automatic priming. r. The pump shall come with the capability to do seal washes, needle washes, and autosampler loop washes or has less than 0.001% carryover of microcystin-LF. 12. The UHPLC shall have a high accuracy, high precision, thermostatted split loop autosampler with an injection volume from 0.010 to 100 �L injections capable of holding at least 200 samples. a. Autosampler shall have thermostatted control for sample compartment between 4 and 40 deg. C in 0.1 deg. C increments. b. The thermostatted control for sample compartment shall be able to reach stable temperature (+/- 0.5 in less than 60 minutes). c. The autosampler shall recognize autosampler trays/racks by barcode reading. d. Shall be able to accept up to 4 trays of standard autosampler vials (e.g. 2mL) and well plates in addition to 12 x 22.5 mm OD vials in (� 10 mL): i. 54 x 12 mm outside diameter (OD) vials (� 1.5 mL) ii. 24 x 15 mm OD vials (� 4.0 mL) iii. 96 x 6, 7, and 8 mm OD vials (� 1.2 mL) iv. Well plates (deep and shallow 90 and 384 well plates) e. System shall come with 3 � 54 x 12 mm trays and 1 � 96 x 6, 7, and 8 mm vial tray. f. The autosampler shall be able to support injection volumes from 10 nL, settable in 10 nL increments, and a maximum injection volume of at least 100 �L. g. System shall come with appropriate tubing, capillaries, and injection needle for injection volumes from 0.01 to 100 �L. Sample loops shall be bioinert/biocompatible. h. Injection volume accuracy shall be +/- 0.5 % for 10 �L of water or better. i. Injection linearity shall be above 0.99999. j. Injection precision shall be 0.25 % or better at 1 �L. k. The sample shall be pre-pressurized prior to injection for maximum retention time stability and to prolong analytical column lifetime. l. Shall be able to inject sample with as little as 2 �L in the vial or well plate. m. The gradient delay volume of the autosampler shall be tunable for seamless method transfer. n. The system�s basic autosampler functionality shall be controllable by a keypad and instrument software. o. The autosampler shall have a software-supported predictive performance function for scheduling maintenance. p. The autosampler shall have at minimum 2 connectors that each have functionality for 1 input, and 1 relay out. q. The autosampler sample compartment shall have a user enabled/disabled compartment light. r. The autosampler shall have user programmable stacked injection capability in order to pull 0.1 �L of liquid from from at least 4 vials, mix, and inject. 13. The UHPLC shall have a thermostatted column compartment: a. The column compartment shall provide two temperature control operations: still air and forced air and operate at temperature ranging from 5 to at least 100 deg C. b. Shall have room for at least 2 columns of 300 mm in length. c. The column compartment shall support the connection of up to 4 column ID tags. d. The column compartment shall provide active solvent pre-heating and post column cooling for all columns installed. e. The column compartment shall support expansion for use of multiple columns and thermostatted zones. f. The column compartment shall support up to 2 different biocompatible switching valves and come with one biocompatible switching valve. g. The system�s column compartment functionality shall be controllable by a keypad and instrument software. h. The column compartment shall have a software-supported predictive performance function for scheduling maintenance. UHPLC Diode Array Detector 1. The detector shall be to collect full scan data between 190 nm and 800 nm with wavelength accuracy of +/-1 nm and repeatability of +/-0.1 nm. 2. The detector shall have internal calibration and validation. 3. The detector shall be able to quantitate up to 10 channels and collect full scan data simultaneously with a collection rate up 250 Hz. 4. Detector noise shall be less than +/- 6 �AU (254 nm) and detector drift shall be less than 1 mAU/h (254 nm). 5. Detector linearity shall be less than 5% at 2.2 AU. 6. The flow cell shall be biocompatible/bioinert and capable of withstanding system backpressures generated with the UHPLC, detectors and mass spectrometer in series at up to 2 mL/min without leaking. UHPLC Florescence Detector 1. The detector shall have an excitation wavelength range of at least 200-880 nm and emission wavelength range of at least 220 � 900 nm with a spectral excitation and emission bandwidth of 20 nm or better. 2. The detector wavelength accuracy shall be less than or equal to +/- 3 nm with a wavelength repeatability of less than or equal to +/- 0.25 nm. 3. The detector shall have internal calibration and validation and have up to 4 signal channels at least with data collection rates up to 200 Hz in single channel mode and up to 4 Hz in multi-channel mode at least. 4. The detector shall have wavelength switching times of less than 250 ms. 5. The flow cell temperature shall be controllable between 15 deg C above ambient to 50 deg C absolute. 6. The flow cell shall be biocompatible/bioinert and capable of withstanding system backpressures generated with the UHPLC, detectors and mass spectrometer in series at up to 2 mL/min without leaking. 7. Shall have a Signal to Noise greater than 550 over the entire lifetime of the lamp. UHPLC Control and Data Analysis Software 1. Shall have a GUI and menu driver interface to prepare instrument for analysis, control operations, real-time system performance feedback (e.g. pressure, temperatures). 2. The software shall display power up diagnostics, warning sensors for over pressure and high evaporation temperature, pump flow shutoff, leak detection, safe leak handling, and other instrument actuals. 3. The software shall have the capability to perform stacked injections and be functional at installation. 4. Shall have the ability to process DAD data independently of mass spectrometry software. 5. The software shall be able to control existing AET mass spectrometers. 6. Shall provide capability, licensing for two (2) independent and simultaneous instances of the data processing software. 7. Shall have onsite customer training of at least 3 days. Entire System 1. All equipment shall be new. 2. Shall have a software driven instrument controller with full functionality and an A/D card for importing unsupported detectors. 3. Shall have an integrated software control of all UHPLC modules, detectors, and mass spectrometers with full functionality of each module available. 4. Shall have a means to process all detector data simultaneously (e.g. DAD and mass spectrometer data). 5. Shall provide a full 1-year warranty that includes parts, labor, and travel with repairs and preventative maintenance by an OEM factory trained engineer with at least 2 years of experience. 6. Shall have onsite customer training of at least 2 days to familiarize customer with operation, maintenance, software familiarization, data reduction for UV-Vis and Fluorescence detection. 7. The system shall be configured to operate from 110V for use in the United States power grid. 8. All inter-module communication shall use modern technology (e.g. TCIP or USB 2.0 or greater). Capability and Technical Experience - Interested parties should submit capability statement describing adequate training and experience in scientific and technical appropriateness in reference to the potential work to be performed. Please include company name, address, telephone number, point of contact with an email address, business size, DUNS number, SAM Registration number, Federal CAGE code, general description of the company, how long the company has been in business and a description of similar contracts with the government and/or commercial customers (include points of contact, contract numbers, value and contract type). The point of contact is Timothy Bertsch; e-mail tbertsch@usgs.gov. USGS makes no implied or in fact contract by issuing this Sources Sought announcement. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the USGS's view of the information received. Material that requires a non-disclosure agreement or that may be business sensitive will not be accepted. Please note that responses to this notice will not be returned. Contracting Office Address: USGS OAG DENVER ACQUISITION BRANCH PO BOX 25046 204 DENVER FEDERAL CENTER DENVER CO 80225-0046 US Point of Contact(s): Timothy Bertsch
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c48b1c5a365b4da7a99a313cf76700bb/view)
 
Record
SN06029846-F 20210613/210611230116 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.