Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2018 FBO #6005
SOURCES SOUGHT

66 -- Mass Spectrometer System

Notice Date
5/1/2018
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCH PO BOX 25046 204 DENVER FEDERAL CENTER DENVER CO 80225-0046 US
 
ZIP Code
00000
 
Solicitation Number
140G0218R0029
 
Response Due
5/7/2018
 
Archive Date
5/22/2018
 
Point of Contact
Sullivan, Chuliang
 
E-Mail Address
csullivan@usgs.gov
(csullivan@usgs.gov)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of Interior, US Geological Survey (USGS) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for the potential need for the purchase of a Mass Spectrometer System. The USGS Environmental Health Mission Area Toxins Project and the USGS Kansas Water Science Center requires a Thermo Fisher Scientific bioinert liquid chromatography Orbitrap high resolution mass spectrometer with UV-visible and charged aerosol detection with fully integrated systems control and data processing software. System must include receiver cable of integrating at least 16 hydrophones, 16 hydrophone with 250 to 500 feet of cable, an integrating pc-based operating and data storage system and all interface cables, and systems for activating and detecting activated transmitters. System Specifications: High Resolution quadrupole FT-Mass Spectrometer 1.Must be a quadrupole-fourier transform bench top mass spectrometer and have a mass range of at least 50 < m/z < 6000 with no more than 1 rough pump and two turbomolecular pumps and real time acquisition. 2.Base mass spectrometer must have a minimum resolution (Full Width Half Max, FWHM) at an m/z of 200 of : a.17,500 (with scan rate equal to or greater than 12 Hz) b.35,000 (with scan rate equal to or greater than 7 Hz) c.70,000 (with scan rate equal to or greater than 3 Hz) d.140,000 (with scan rate equal to or greater than 1.5 Hz) e.280,000 (with scan rate equal to or greater than 1.5 Hz) 3.The system must be able to isotopically resolve intact proteins up to 50 kiloDaltons (kDa). 4.The system must have a dynamic range greater than 5000 to 1 within a single transient acquisition (one spectrum). 5.The system must have a scan range where the last mass scanned is at least 15 x the first mass (m/z). 6.Must have a mass accuracy < 3 ppm RMS error with external calibration over 24 hours wthout any kind of mass recalibration and < 1 ppm RMS error with internal calibration. 7.If a quadrupole is used to meet resolution, isolation must be able to filter ions at +/- 0.4 m/z or less. 8.Must be capable of polarity switching with one full positive/negative cycle completed in < 1 second at a resolution setting of 35,000 (at an m/z of 200) for either electrospray or APCI within the defined mass accuracy specifications (e.g. < 3 ppm ¿ external calibration or < 1 ppm ¿ internal calibration). 9.Instrument and software must be able to analyze and display up to 10 different precursors from multiplexed selected selected ion monitoring or multiple reaction monitoring transitions/sec (Resolution=17,500 at m/z of 200) in targeted or data dependent modes. 10.The mass spectrometer system must allow scheduled setup of different events using a graphical interface (GUI). 11.The instrument and software must acquire and display full scan mass spectra, selected ion monitoring for targeted analysis, full scan MS/MS spectra, and multiple reaction monitoring. 12.The instrument and software must be able to acquire and display fragments of all ions in a defined mass range at selectable resolutions as defined in requirement #2 with mass accuracy described in requirement #6. 13.The instrument must have the ability to dynamically choose the most abundant precursor ions from scan data for MS/MS fragmentation as well as exclude preselected ions using a scan rate of at least 10 Hz. 14.Must have an electrospray source and probe and an integrated syringe pump controlled by OEM instrument software. 15.The instrument must have sensitivity of at least 100:1 signal to noise (S/N) for 500 fg on column of buspirone in full scan MS mode and S/N of 100:1 or better for 30 fg on column of buspirone 16.Must have a 6 port, 2-position switching valve to divert sample flow and mobile phase to waste using integrated OEM data system control. 17.The FT-MS system must have a detection system with digital electronic noise discrimination. 18.Must have an electrospray ionization source and probe and all supporting software, hardware, gas connections and tubing and be fully functional at installation. 19.Must have a very low electronic capacitance for high ion signal to noise. 20.The system must be able to perform rapid switchover between APCI and HESI II using quick release connecting retainers without breaking vacuum in the system. 21.The system when using electrospray must be capable of operating at flow rates from 1 µL/min to 1 mL/min using 100% without splitting and achieve complete desolvation in the MS source. 22.The system when using APCI ionization must be able to operate under flowrates ranging from 50 µL/min to 2 mL/min using 100% without splitting and achieve complete desolvation in the MS source with a ceramic, feedback controlled heater that operates at temperatures up to 500 degrees Celsius with complete desolvation/vaporization of solvent and analytes. 23.The electrospray system must have ion optics that enable automatic tuning and automatic tuning program 24.The electrospray probe must be positionable in the x, y, and z dimensions relative to the orifice for optimal tuning. 25.The probe must be capable of achieving operating temperatures up to 400 deg. C to increase desolvation efficiency and decrease chemical noise. 26.The source must have a safety interlock switch that shuts off voltages when the ionization probe is removed from the source housing. 27.The mass spectrometer must support electrospray, APCI, APPI/APCI, nanospray, DART, and MALDI sources. 28.Must have an uninterrupted power supply of at least 6.0 kVA with a power conditioner that has a battery back up that keeps the mass spectrometer under vacuum during a power outage and power conditioning that prevents under voltage and over voltage to the instrument. 29.Must have all power cables and plug configurations for continental United States power grids included. 30.Must have all instrument-computer communication cables. 31.Must require no cryogens or water cooling and operate on nitrogen only with no helium required. 32.The mass spectrometer must have dimensions less than or equal to 37 x 33 x 36 inches. Mass Spectrometer Data Analysis Software 1.Software must have the capability to fully process data for targeted screening, unknowns, and routine quantitation with high resolution mass spectrometry data for small molecules, metabolites/degradates, and proteins. 2.Must have protein deconvolution, biological pathway interrogation for small molecules, metabolites and proteins, chemometric capabilities for data reduction, and NIST library search capability as well as other online compound discovery databases. 3.Must have customizable data reporting capability. 4.Must have customizeable workflows tailorable to the tasks needing to be accomplished (e.g screening, quantitation, unknown compound identification). 5.Must have ability to add customized compound screening libraries. 6.Must come with access to NIST compound libraries 7.Must have A/D card capability for importing non-software driven detectors. 8.Must provide capability, licensing for operating (2) two independent and simultaneous instances of the data processing software. Bioinert/Biocompatible Ultra High Pressure Liquid Chromatograph (UHPLC) with Diode Array Detection (DAD) and Charged Aerosol Detection 1.All equipment must be provided as an integrated system with joint data system control over all liquid chromatograph (LC) modules, detectors, and mass spectrometer. 2.The LC system must be made of bioinert/biocompatible materials (e.g. non-corroding components in the wetted flowpath). Ferrous-based components of any alloy composition are not acceptable. 3.All modules must be capable of tolerating pH of 2-12 and chloride concentrations of at least 1 mole/L. 4.All UHPLC modules must be exchangeable without uninstalling the system for easiest maintenance. 5.The position of the column compartment must be variable to allow the shortest connections between column outlet and detector inlets. 6.The system must 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 must be compatible with United States power grid requirements and tolerate temperatures ranging from 5 to 35 degrees Celsius at 20 to 80 % relative humidity. 9.The UHPLC must have mobile phase secondary containment, vacuum degasser for at least 2 channels simultaneously, a binary pump, temperature controlled autosampler, a heated column compartment with an instrument software controlled switching valve, a diode array detector, charged aerosol detector, all system tubing, power cords, and communication cables. 10.The UHPLC must have a binary pump system: a.Capable of isocratic or gradient delivery of 2 solvents simultaneously with options for up to 4 more selectable solvent channels for a total of 6 solvent lines with automatic compressibility correction independent of the mobile phases used while pumping at flow rates between 0.001 ¿ 8 mL/minute adjustable in 1 microliter/min increments at pressures ranging from 20 to 1034 bar up to 5 mL/minute and pressure up to 800 bar at 8 mL/min. b.The pump must have an adaptive thermal effect compensation to assist with automated compressibility settings. c.The pump must support a pressure of 1500 bar at flowrates between 50 µL/min to 5 mL/min. d.Pump must have a dual-piston design with independent piston drives to dampen flow pulses and maintain satisfactory detector baselines. e.The pump must have fingertight check valves for fast maintenance that do not leak. f.The pump must have an automated purge unit and mixing volume as low as 25 µL. g.The pump pulsation must be below 0.4 % or 0.2 MPa (whichever is greater). h.Must 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.Flow pulsation must be less than 1.0 % or 0.2 MPa. j.Gradient formation must have a proportioning accuracy of +/- 0.2% of full scale and precision less than 0.15% standard deviation. k.The binary pump must have a mixer with a volume not to exceed 200 microliters. l.Must degas at least 2 solvent channels simultaneously. m.UHPLC modules must be connected using USB 2.0 technology or greater so that rapid communication between modules is insured with stable connections. n.Binary pump must have I/O pin connections also to include 1 input, 1 relay out, and 1 bidirectional input/output signal. o.Module must have data system control safety features to include real time leak detection, safe leak handling, and excess pressure monitoring and instrument protection from overpressure. p.The system ¿s basic pump functionality must be controllable by a keypad and instrument software. q.The pump must have a software-supported predictive performance function for scheduling maintenance. r.The pump must have at minimum 2 connectors that each have functionality for 1 input, 1 relay out, and 1 bidirectional input/output signals. 11.The UHPLC must have a high accuracy, high precision, thermostatted split loop autosampler with an injection volume from 0.010 to 100 microliter injections capable of holding at least 216 samples. a.Autosampler must have thermostatted control for sample compartment between 4 and 40 degrees Celsius. b.The autosampler must recognize autosampler trays/racks by barcode reading. c.The sample capacity must be expandable pu to 23 wellplates for a maximum sample throughput of 8832 samples. d.Must be able to accept up to 4 trays of standard autosampler vials 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 96 and 384 well plates) e.System must come with 3 ¿ 54 x 12 mm trays and 1-96 x 6,7, and 8 mm vial tray. f.The autosampler must be able to support injection volumes from 10 nL, settable in 10 nL increments, and a maximum injection volume of atleast 100 µL. g.System must come with appropriate tubing, capillaries, injection needle for injection volumes from 0.01 to 100 µL. h.Injection volume accuracy must be +/-0.5% for 10 µL of water or better. i.Injection linearity must be above 0.99999. j.Injection precision must be 0.25% or better at 5 µL. k.The sample must be pre-pressurized prior to injection for maximum retention time stability and to prolong analytical column lifetime. l.Must be able to inject sample with as little as 2 µL in the vial or well-plate. m.The gradient delay volume of the autosampler must be tuneable for seamless method transfer. n.The system ¿s basic autosampler functionality must be controllable by a keypad and instrument software. o.The autosampler must have a software-supported predictive performance function for scheduling maintenance. p.The autosampler must have at minimum 2 connectors that each have functionality for 1 input, 1 relay out, and 1 bidirectional input/output signals. 12.The UHPLC must have a thermostatted column compartment: a.The column compartment must provide two temperature control options: still air and forced air and operate at temperatures ranging from 5 to at least 100 degrees Celsius. b.Must have room for at least 2 columns of 300 mm in length. c.The column compartment must support the connection of up to 4 column ID tags. d.The column compartment must provide active solvent pre-heating and post column cooling for all columns installed. e.The column compartment must support expansion for use of multiple columns and thermostatted zones. f.The column compartment must support up to 2 different biocompatible switching valves and come with one biocompatible switching valve. g.The system ¿s column compartment functionality must be controllable by a keypad and instrument software. h.The column compartment must have a software-supported predictive performance function for scheduling maintenance. i.The column compartment must have at minimum 2 connectors that each have functionality for 1 input, 1 relay out, and 1 bidirectional input/output signals. 13.The UHPLC must have a diode array detector: a.The detector must provide a linear range up to 2.5 absorbance units (AU). b.The detector wavelength range must be at least 190 to 680 nm. c.Detector drift must be below 0.5 mAU/h. d.The detector must be able to collect data at rates up to 200 Hz. e.The detector must be able to detect up to 10 channels and 3 dimensional spectra simultaneously. f.The dispersion volume of the flow cell must not exceed 0.8 µL. g.The detector must have an internal wavelength calibration using the D-alpha line of the deuterium lamp. h.Wavelength accuracy must be validated by a holmium oxide filter. i.The detector must provide a shutter to mask UV light from the flow cell without the need to shut the lamp off. j.The system ¿s DAD functionality must be controllable by a keypad and instrument software. k.The DAD must have a software-supported predictive performance function for scheduling maintenance. l.The DAD must come with the appropriately sized flow cell to maximize signal to noise while minimizing band broadening. 14.The UHPLC must have a charged aerosol detector (CAD): a.Must operate optimally under flowrates of 0.1 ¿ 2.0 mL/min to measure non-volatile and many semi-volatile analytes without requiring chemical derivitization. b.Must provide an analyte independent, uniform response with sensitivities ranging from micrograms to sub-nanogram levels. c.Must have technology that allows for uniform droplet formation for charging and detection. d.Must have a replaceable nebulizer that functions optimally over the entire flow and temperature range. e.Must be fully functional when using isocratic or gradient UHPLC methods and compatible with both aqueous and non-aqueous mobile phases. f.Evaporation temperature must be adjustable from ambient +5 to 100 degrees Celsius. g.Maximum data collection rate must be 200 Hz to be compatible with UHPLC type seperations. h.Must have a linear dynamic range up to 4 orders of magnitude. i.Gas regulation must be electronically controlled to provide high precision gas pressure management to insure response stability. j.Inlet gas must be nitrogen with an inlet pressure ranging from 70-80 psi) and electronically controlled gas pressure regulation. k.The CAD must have at minimum 2 connectors that each have functionality for 1 input, 1 relay out, and 1 bidirectional input/output signals. l.The autosampler must have at minimum 2 connectors that each have functionality for 1 input and 1 relay out signals. m.Wetted flow path should be biocompatible, but nebulizer can be 316 stainless steel. n.The CAD must have a software-supported predictive performance function for scheduling maintenance. o.The system must have power up diagnostics, warning sensors for over pressure and high evaporation temperature, pump flow shutoff, leak detection, and safe leak handling. p.Must operate through a range of environmental conditions including temperature ranging from 5-35 degrees Celsius at a relative humidity of 20 to 80%. UHPLC Control and Data Analysis software 15.Must have a GUI and menu driven interface to prepare instrument for analysis, control operations, real-time system performance feedback (e.g. pressure, temperatures). 16.The software must 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. 17.Must have the ability to process DAD and CAD data independently of mass spectrometry software. 18.Must provide capability, licensing for operating (2) two independent and simultaneous instances of the data processing software. 19.Must have onsite customer training of at least 3 days. Entire System 20.All equipment must be new. 21.Must have a software driven instrument controller with full functionality and an A/D card for importing unsupported detectors. 22.Must have an integrated software control of all UHPLC modules, detectors and mass spectrometers with full functionality of each module available. 23.Must have a means to process all detector data simultaneously (e.g. DAD, CAD, and mass spectrometer data). 24.Must 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. 25.Must have an additional 1 year full service warranty for all hardware and software. 26.Must have onsite customer training of at least 3 days. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334516. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential ability to meet this requirement, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. The government will evaluate market information to ascertain potential market capacity to 1) provide products consistent in system specifications described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules and quality requirements. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to provide the above-listed products are invited to submit a response to this Sources Sought Notice by 2:00 PM MST on May 7, 2018. All responses under this Sources Sought Notice must be emailed to csullivan@usgs.gov If you have any questions concerning this opportunity please contact: csullivan@usgs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/140G0218R0029/listing.html)
 
Record
SN04906713-W 20180503/180501230919-5dccbaef27724130f1373421b90a3159 (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.