|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,1999 PSA#2288Region 10, Environmental Protection Agency, Office of Management
Programs, Acquisition Team, 1200 6th Avenue, Seattle, WA 98101 66 -- ENERGY DISPERSIVE X-RAY FLUORESENCE SPECTROMETER SOL 99PLR003
DUE 031599 POC Kathleen Mejia, 206/553-2579, Joanne Shea, 206/553-0310,
Derrick Booth, 206/553-6218 E-MAIL: Click here to contact the
contracting offier via e-mail, mejia.kathleen@epamail.epa.gov. This is
a combined synopis/solicitation for commercial items prepared in
accordance with the format in Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and a
written solictation will not be issued. The solicitation document and
incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 97-10. EPA Region 10 is requesting bids
for a new Energy Dispersive X-Ray Fluoresence Spectrometer suitable for
the analysis of air pollution trace metals collected on the appropriate
filter, consistent with National P.M.2.5. Speciation Program
(http://www.epa.gov/ttnamtil/pmspec.html). Offerors are requested to
provide a quote for a quantity of 1 instrument with options to purchase
up to 2 more. A firm, fixed-price contract is anticipated.
Specifications follow: All components of the Energy Dispersive X-ray
Fluorescence Spectrometer (XRF) system must be comprised of all new
components and must be suitable for identification of trace metal
elements of air pollution collected on filters. (1) The XRF system must
be completely enclosed in a cabinet for protection from direct and
scattered X-ray beams. The enclosure must have a safety interlock
switch that turns off the X-rays and must meet State of Washington and
Federal x-ray radiation safety requirements. A key lock and/or
password must be present to control use of the x-ray generator. (2) The
system must be able to operate on 110/208 VAC. (3) The generator must
have stable output of a minimum 60kV in adjustable increments. The
ideal system will have a stable output of 70 kV in adjustable
increments. Special consideration will be given to those vendors that
are able to provide a 70kV generator. Stability must be within +/-
0.005% with +/- 10% line fluctuation. The instrument must include all
necessary cables and connectors, real-time display of generator status,
a closed-loop water cooling system, an air cooled heat exchanger, and
system safety interlocks for coolant failure. (4) If the total system
power requirement exceeds 7.0 kW then compatible UPS system must be
provided as part of the system. (5) The ideal system will have an x ray
tube with an ion pump on it. Special consideration will be given to
those vendors that are able to meet this specification. (6) The x-ray
tube anode should be made of Tungsten if generator can operate up to 70
kV. If the maximum voltage of the generator is 60 kV, then the anode
should be Rhodium. (7) The detector shall be made of lithium drifted
silicon with a resolution of 150 eV or better at iron K-alpha. The
detector window should be made of Beryllium no thicker than 5 microns
for increased sensitivity for elements 9-14(flourine, sodium,
magnesium,aluminum, and silicon). (8) The instrument must have at least
7 secondary targets (Ti, Si, Fe, Ge, Mo, Sn, Gd). (9) The system must
allow the automatic exchange of the secondary targets and the sample
able to rotate in both directions. (10) An ion pump must be installed
on the detector to maintain the vacuum in the detector. (11) The liquid
nitrogen dewar for cooling the detector must last up to 3 weeks without
refill. (12) The sample chamber must operate under a He flush with
operation under vacuum as an option. (13) The chamber must be able to
accommodate a holding mechanism for a minimum of 36 samples. Special
consideration shall be given to those vendors able to provide chamber
with a holder for 72 or more samples. The holding mechanism should be
able to accommodate filters of 47mm. (14) The sample changer must be
computer controlled and be able to automatically change the samples.
(15) Detection limits (1-sigma, ng/cm2, 100 seconds live time)
comparable to those shown below for thin (500 g/cm2) Teflon filters
must be demonstrated. Na 5.2 V 0.4 Se 0.5 Sn 7.4 Mg 3.2 Cr 0.4 Br 0.8
Sb 6.7 Al 16.9 Mn 0.5 Rb 0.6 Te 7.8 Si 10.6 Fe 0.5 Sr 1.1 I 9.0 P 2.8
Co 0.3 Y 1.4 Cs 11.7 S 3.0 Ni 0.5 Zr 1.3 Ba 14.9 Cl 1.6 Cu 0.6 Mo 1.7
La 39.8 K 0.8 Zn 0.9 Rh 4.8 W 2.3 Ca0.7 Ga 1.1 Pd 4.3 Au 1.4 Sc 0.5 Ge
1.0 Ag 4.6 Hg 1.5 Ti 0.6 As 1.0 Cd 5.1 Pb 1.6 (16) The necessary
software (for automated data acquisition of XRF measurements,
instrument control, system diagnostics, data management, graphics
display and file output spectra manipulation, background subtraction,
addition and subtraction of mixed-phase constituents, peak-height and
peak area indexing, profile fitting, and printer output) must be
included in the sale price. Data files must be easily converted to an
ASCII format. Software should allow for the interception of the spectra
for processing with our own software. All necessary software to operate
system must be included in purchase price. Other requirements: (1) The
manufacturer must provide with the bid a complete list of users of an
equivalent system in the application of air pollution trace metal
identification. An EPA scientist must be able to make contact with the
users to obtain information about system performance. (2) A
satisfactory demonstration of an equivalent system within the United
States must be completed before acceptance of bid. EPA will provide the
samples for demonstration. (3) Delivery of the XRF with the above
specifications is requested FOB destination 90 days after receipt of
order to EPA Manchester Lab, 7411 Beach Drive East, Port Orchard, WA
98366. (4) Vendor is responsible for the assembly and installation of
hardware and software on-site at the EPA Manchester Lab. (5) The XRF
system must demonstrate the ability to analyze a known quantity of
contaminants on filter media to EPA's satisfaction after setup at the
EPA Manchester laboratory. EPA will provide the filters for analysis.
Vendor must also demonstrate how to run the tests that were performed
to ensure a working system that meets specifications. (6) At least one
day of operations training by a service/installation engineer at the
time of installation. At least three additional days of on-site
operational instruction of the delivered instrument by an applications
scientist or engineer to an EPA scientist. (7) All parts and
components must be warrantied for at least one year. (8) Service from
a trained XRF engineer must be guaranteed on-site within 48 hours of a
trouble call during warranty period. Telephone response time of
trained XRF technical specialist must be guaranteed within two hours of
a trouble call. (9) Software upgrades including new releases and new
versions within a period of two years of purchase are included in
purchase price and shall be furnished automatically within 2 years from
installation at no charge. (10) The instrument must also be approved
and labeled by a third party nationally recognized electrical testing
laboratory, such as UL, ETL, CSA or MET.1 The following FAR provisions
and clauses apply to this solicitation 52.212-1, 52.212-2, 52.212-3,
52.212-4, 52.212-5 (The following FAR clauses apply to 52.212-5:
52.203-6, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36,
52.222-37, 52.247-64. Offers will be evaluated based on technical
capability to meet the requirement, price, and past performance.
Technical capability and past performance, when combined, are
approximately equal to price. Offerors are requested to provide at
least three references, with complete point of contact information, for
past performance evaluation purposes. Offerors should briefly address
each element of the specifications and state whether their product
meets or exceeds the specification described. Offerors must included a
completed copy of the provision at FAR 52.212-3, Offeror
Representations and Certifications Commercial Items, with their offer.
Offers are due by 16:00 PST, March 15, 1999 to the Contracting
Officer, Kathleen Mejia, at Environmental Protection Agency Region 10,
1200 Sixth Avenue, OMP-148, Seattle, WA 98101. Faxed offers to
206/553-6647, Attn: K. Mejia, are acceptable. Direct
procurement-related questions to K. Mejia, 206/553-2579 and technical
questions to Derrick Booth, 206/553-6218. Posted 02/19/99 (W-SN300444).
(0050) Loren Data Corp. http://www.ld.com (SYN# 0326 19990223\66-0007.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|