Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,1999 PSA#2288

Region 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