Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2011 FBO #3526
SOURCES SOUGHT

66 -- Inductively Coupled Plasma Mass Spectrometer (ICP-MS)

Notice Date
7/19/2011
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCHPO BOX 25046204 DENVER FEDERAL CENTERDENVERCO80225-0046US
 
ZIP Code
00000
 
Solicitation Number
G11PS00505
 
Response Due
7/25/2011
 
Archive Date
8/24/2011
 
Point of Contact
Lisa Hayes
 
E-Mail Address
ldhayes@usgs.gov
(ldhayes@usgs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The US Geological Survey, Central Energy Resources Science Center (CERSC), Energy Resources Program, Denver, CO has a requirement for a new Inductively Coupled Plasma Mass Spectrometer (ICPMS) capable of major and minor elemental analysis of aqueous and solids materials to replace an existing Inductively Coupled Plasma Mass Spectrometer (ICPMS). Small business sources are sought for a new Inductively Coupled Plasma Mass Spectrometer (ICPMS) capable of major and minor elemental analysis of aqueous and solids materials REQUIREMENTS: 1) The ICPMS offered to the USGS must include liquid sample introduction system, RF plasma ion source, quadrupole based reaction cell to eliminate spectroscopic interferences using either collision gases or pure reaction gases such as ammonia and oxygen for reaction cell, quadrupole mass filter, quadrupole ion deflector, simultaneous dual stage discrete dynode detector and a multiple cone interface, all under computer control. 2) Quadrupole must be able to scan a minimum of 5000 amu/sec to achieve maximum productivity from transient signals when jumping between light masses and high masses. 3) Quadrupole resolution settings are dynamically scanned as each element is analyzed. 4) High mass range must be at least 285 amu or greater. 5) All analytical system operations from component optimization to methods development to calibration to analysis to reports must be able to be performed using a single software program. 6) System must be fully compliant with US EPA methodology for Method 200.8 and Method SW 846-6020. 7) ICP-MS system must have a full color plasma view window for useful visuals on the sampler cone, plasma color and injector tip. 8) Close coupled, three-channel integral peristaltic pump, computer controlled, must be integrated within the ICP-MS system. 9) Fully automated X, Y, Z torch alignment. 10) The RF generator which electrically decouples the plasma from the ion optics and allows independent adjustment of the ion optic parameters and the plasma conditions. 11) A multiiple cone design consisting of sample, skimmer and additional skimmer cones with all cones at ground potential. 12) System must incorporate a universal reaction or collision cell offering three modes of operation: standard mode, collision cell mode and reaction cell mode with the ability to utilize a wide variety of gases (including pure reactive gases such as ammonia or oxygen) with no degradation to the gas plumbing, turbo pump or cell. 13) The ion detector must be a simultaneous dual-stage discrete dynode electron multiplier, providing element concentration calibration over 10 orders of magnitude (from 0.1 cps to > 1e9 cps) dynamic range in a single scan using both analog and pulse ion-counting mode, and offer protection against overload in both pulse counting and analog modes. 14) The dual-stage detector assembly must come standard with the system. 15) The system must include a random access auto sampler capable of holding 150 or more 15 mL sample vessels. 16) The system must be capable of being interfaced with ESI Auto samplers and FAST systems. 17) The level of oxide and doubly charged ions generated by the plasma must be less than 3% percent for CeO+/Ce+ and less than 3% for Ba2+/Ba+ using the sample introduction system and cones provided with the instrument The USGS is in search of small business firms who are able to provide the above mentioned supply/service. Small business firms who feel they can furnish the required supply/service or its functional equivalent (based on criteria specified herein) are invited to submit in writing an affirmative response to this announcement. An affirmative response would include literature, brochures and such other materials, which correspond to the required supply/service stated herein. This information will be used to determine if competitive opportunities exist. POC: Lisa D. Hayes, U. S. Geological Survey, P. O. Box 25046, MS-204, Denver, CO 80225, e-mail: ldhayes@usgs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G11PS00505/listing.html)
 
Record
SN02502761-W 20110721/110720000152-97efd9caf052ad3adf197d82cde3f452 (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.