|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1997 PSA#1913NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000 66 -- GAS CHROMATOGRAPH/VISCOUS INLET/ISOTOPE MASS SPECTROMETER SOL
RFO2-36307 -- MMH DUE 090197 POC Micheli Hull, Contract Specialist,
Phone (650) 604-1751, Fax (650) 604-4646, Email mhull@mail.arc.nasa.gov
WEB: Click here for the latest information about this notice,
http://procurement.nasa.gov/EPS/ARC/date.html#RFO2-36307 -- MMH.
E-MAIL: Micheli Hull, mhull@mail.arc.nasa.gov. This notice is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in FAR Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; offers are being requested and a
written solicitation will not be issued. This notice is being issued as
a Request for Offers (RFO) for the following items: (All items are a
quantity of 1 each) 1) Mass spectrometer with gas source for stable
isotope analyses; 2) Multiple collector system(s) for isotopic analyses
of C,O,N,S and H and analyses of O2/N2; 3) Mass spectrometer geometry
and vacuum system for H2 isotope analysis with continuous He flow; 4)
Dual viscous inlet system; 5) Gas chromatograph with flame ionization
detector; 6) Interface between gas chromatograph and mass spectrometer,
with systems for combustion and water removal; 7) Interface between
elemental analyzer and mass spectrometer with systems for water removal
and dilution of CO2 peak; 8) System for injection of standard gases
into continuous He flow for calibration; 9) Computer and software for
automated system control and data acquisition; 10) One year warranty;
11) Operator training. The item offered must meet the following
required technical specifications: 1) The system will consist of a gas
source stable isotope mass spectrometer integrated with the following:
a dual viscous inlet system, a gas chromatograph with a combustion
interface, an interface compatible with a C, H, and N elemental
analyzer, and a computer and software which control instrument
performance and data acquisition. 2) The power requirements for the
system are either 120v, 60 Hz or 240v, 60 Hz, single phase. 3) The mass
spectrometer will perform high-precision stable isotope analyses of the
gases carbon dioxide, nitrogen, oxygen and hydrogen. For greater than
19 determinations of either carbon dioxide or nitrogen, the standard
deviation should be within a factor of four of the shot noise limit. 4)
The mass spectrometer will obtain highly-accurate stable isotope
analyses of carbon dioxide, nitrogen, oxygen and hydrogen. Introducing
carbon dioxide or nitrogen into the viscous inlet, del13C and del15N
values in the range 10 to 50 permil, relative to the working standard,
should lie within 0.1 permil of the accepted value, when an
appropriate standard accurate to within 0.01 permil is used in the
instrument. Introducing oxygen into the viscous inlet, del18O values
should lie within 0.2 permil of the accepted value, when an appropriate
standard accurate to within 0.01 permil is used in the instrument.
Introducing hydrogen into the viscous inlet, delta D values in the
range 10 to 50 permil, relative to the working standard, should lie
within 1 permil of the accepted value, when an appropriate standard
accurate to within 0.05 permil is used in the instrument. 5) The mass
spectrometer should have a sensitivity for carbon dioxide and nitrogen
of greater than 5x10E-4 ions per molecule, measured at the ion
collector, with a He flow rate into the source of 200 microliters per
minute. 6) The high vacuum part of the system must be constructed with
ultra-high vacuum components only, with all-metal gaskets. The mass
spectrometer will have a stable background pressure of greater than
2x10E-9 torr, without the use of cryogenic or chemical trapping. 7) The
dual viscous inlet system must be all-metal construction, including
valving and lines, to minimize memory and leakage. All movable parts
(e.g. valves, bellows, etc.) must be modular and replaceable in the
field. 8) The gas chromatograph with flame ionization detector must
have capabilities equivalent to those of a Hewlett-Packard 6890 gas
chromatograph. 9) The GC-combustion-mass spectrometer (GCCMS) interface
should support fully automated high-precision isotopic analyses of C
and N at natural abundance for individual GC peaks. For greater than 10
determinations of either C as propane or N as nitrogen, the standard
deviation should be within a factor of four of the shot noise limit.
10) Regarding accuracey, when 10 injections of propane or other gaseous
hydrocarbon are interspersed with standard gas with time spacings in
the 1 to 10 min range, the GCCMS system should deliver del13C values of
the propane, relative to the averaged value of the standard, that
should not differ from the accepted value by more than 3 standard
deviations. The average del15N value for 20 peaks of atmospheric
nitrogen recorded at 1 min intervals should be within 0.1 permil of 0.
11) Regarding efficiency of transport of species through the GCCMS
interface, the sensitivity either for nitrogen or for carbon dioxide
produced from propane eluting from the GC column should be the same as
the sensitivity of the mass spectrometer, after compensating for the
carbon dioxide or nitrogen discarded in the open gas split between the
interface and the mass spectrometer. Also, using typical commercially
available capillary GC columns, baseline resolution shoud be achieved
for pristane and phytane from nC17 and nC18 alkanes, respectively. 12)
Combustion of CH4 by the GCCMS interface must be greater than 99.5%
complete. Any change in del13C value over a 10x change in sample size
must be less than 0.1 permil. 13) Regarding reference injection in the
He continuous flow mode, if the same carbon dioxide gas is used in the
reference injection unit and in the main carrier stream, the average
delta values (for 10 determinations of both del13C and del18O must not
deviate from 0 by more than 3 standard deviations of the mean. 14) The
following specifications (enumerated and described above) must be
demonstrated by a representative of the vendor in post-delivery tests:
3,4,5,6,7,8,9,13,14,15,16,17 and 18. 15) The computer software (C and
S) should run the mass spectrometer and the viscous and GCC inlet
systems. It should support automated operation with the elemental
analyzer (Carlo Erba Model EA1108, supplied by customer). The C and S
should accomplish the injection of known reference gases at
preprogrammed intervals for calibration purposes. 16) The computer and
software (C and S) should be Windows NT-based and menu-driven. It
should support measurements of sensitivity, abundance sensitivity,
precision, accuracy, linearity, peak top flatness, V/F converter
stability, and magnet and high voltage power supply stability. The C
and S should display outputs of FID together with either the MS major
ion beam or the calculated isotopic ration, and it should include
automated routines for background correction. The C and S should
support post-analysis corrections for background, drift, blanks and
reference isotopic compositions. It should reduce the data to a form
which can be exported to a spreadsheet program such as Microsoft Excel
or equivalent. The customer will receive free upgrades of this Windows
NT-based software for a period of up to 12 months following the
successful installation of the complete isotope mass spectrometer
system. 17) Manuals must be provided that explain the operation of all
equipment and software, and also copies of training manuals for the
equipment and software. A full set of electronics schematics must be
provided. 18) The vendor will pay for shipping charges and installation
expenses until the entire system has met specifications, and provide 1
day on-the-job training for users during this period. 19) The vendor
will supply full 1 year warranty on the complete system. This
procurement is being conducted under the NASA MidRange Pilot Test
Program approved by the Office of Federal Procurement Policy. The
provisions and clauses in the RFO are those in effect through FAC
90-46. The SIC code and the small business size standard for this
procurement are 3826 and 500 employees respectively. The offeror shall
state in their offer their size status for this procurement. All
responsible business sources may submit an offer which shall be
considered by the agency. Delivery to NASA Ames Research Center is
required within 30 days ARO. Delivery shall be FOB Destination. The
DPAS rating for this procurement is DO-C9. Offers for the items(s)
described above may be mailed or faxed to the identified point of
contact and include, solicitation number, FOB destination to this
Center, proposed delivery schedule, discount/payment terms, warranty
duration (if applicable), taxpayer identification number (TIN),
identification of any special commercial terms, and be signed by an
authorized company representative. Offerors are encouraged to use the
Standard Form 1449, Solicitation/Contract/Order for Commercial Items
form found at URL: http://procure.arc.nasa.gov/Acq/Standard_
Forms/Index.html to submit a offer. Offerors shall provide the
information required by FAR 52.212-1. Addenda to FAR 52.212-1 are as
follows: . If the end product(s) offered is other than domestic end
product(s) as defined in the clause entitled "Buy American Act - --
Supplies," the offeror shall so state and shall list the country of
origin. The Representations and Certifications required by FAR 52.2l2-3
(which may be obtained via the internet at URL:
ftp://msfcinfo.msfc.nasa.gov/pub/reps&llmdash;certs/midrange/) shall be
required from the successful offeror(s) prior to award. Clause
52.212-5, Contract Terms and Conditions Required to Implement Statutes
or Executive Orders -- Commercial Items, applies to this acquisition
except: 52.225-21 Alternate I, 52.239-1, 52.247-64, 52.222-41,
52.222-52, 52.22-43, 52.222-44, 52.222-47. All other clauses under
52.212-5 are applicable. Questions regarding this acquisition must be
submitted in writing no later than August 22, 1997. Offers and
Representations and Certifications are due by close of business on
September 1, 1997, to the address and identified point of contact
specified above. Selection and award will be made (on an aggregate
basis) to the lowest priced, technically acceptable offeror in
accordance with NFS 1871.401-3(b). Technical acceptability will be
determined by information submitted by the offeror providing a
description in sufficient detail to show that the product offered meets
the Government's requirement. An ombudsman has been appointed -- See
Note "B". Prospective offerors shall notify this office of their intent
to submit an offer. It is the offeror's responsibility to monitor this
site for the release of amendments (if any). Potential offerors will
be responsible for downloading their own copy of this combination
synopsis/solicitation and amendments (if any). Hard copies may be
obtained from the identified point of contact; however, the closing
date is as stated in this combination synopsis/solicitation, inclusive
of any amendments. Any referenced numbered notes can be viewed at the
following URL: http://genesis.gsfc.nasa.gov/nnotes.htm. (0227) Loren Data Corp. http://www.ld.com (SYN# 0273 19970820\66-0002.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|