Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 04, 2022 SAM #7399
SOURCES SOUGHT

66 -- X-Ray Diffractometer System

Notice Date
3/2/2022 10:15:12 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
DOL - CAS DIVISION 4 PROCUREMENT WASHINGTON DC 20210 USA
 
ZIP Code
20210
 
Solicitation Number
Sources_Sought_X-Ray_Diffractometer_System
 
Response Due
3/9/2022 12:00:00 PM
 
Point of Contact
Brandi Brinson, Phone: 3042563104, Fax: 304-256-3332
 
E-Mail Address
brinson.brandi@dol.gov
(brinson.brandi@dol.gov)
 
Description
I. INTRODUCTION/PURPOSE The U.S. Department of Labor, Mine Safety and Health Administration (MSHA) is responsible for enforcing health standards promulgated under the authority of Section 103 (a) of the Federal Mine Safety and Health Act� of 1977.� A national network of MSHA inspectors collects health samples at approximately and 12,000 metal/nonmetal mines located in the United States and its territories to monitor miners� exposures to hazardous contaminants. Silica samples are analyzed by validated X-ray diffraction analytical methods and citations are issued to mine operators if exposure limits are exceeded.� Specifications are as follows: Specifications: 1.� A quantity of one turnkey x-ray diffraction system (Two types of detector configurations will be evaluated, a conventional point counter and a silicon strip detector.): Minimum 2.2 kW generator for use with long fine focus x-ray tubes with a ~6� takeoff angle. The generator HV settings will range from at least ? 20 to 50 kV and be selectable in 1 kV increments. The current settings will range from at least ? 5 to 50 ma and be selectable in 1 ma increments. The generator high voltage output will vary no more than .03% per 10% variation in mains voltage. Vertical Bragg-Brentano theta-theta configuration goniometer, with a radius of between 185mm and 230mm and an angular range spanning 0-120 degrees two theta at minimum, with a horizontal sample stage. The stages will be independently controlled and be capable of operation in the coupled mode. Precision optical encoders will be incorporated into the goniometer control systems. The smallest selectable step width for the goniometer will be at least 0.0002� 2? with a reproducibility of the angle setting (for the theta stages) no more than � 0.005� and absolute accuracy in the coupled mode better than or equal to � 0.01� 2?. Sample spinner will be included. The rotation rate will be user selectable and will be variable from at least 1-60 rpm. The instrument will be housed in a radiation enclosure that meets all Federal and state regulations for radiation protection. The radiation enclosure will be constructed of steel with integrated lead panel direct beam stop, and will have a lighted interior with viewing windows or shall be equipped with a webcam for observation of the sample stage. A theta compensating variable divergence slit or equivalent programmable slit to ensure that the length of the sample exposed to the radiation remains constant throughout the scan range. Optics will include divergent and diffracted beam Soller slits optimized for sample widths of 13mm. An automated sample changer with a minimum capacity of 40 samples. 100 zero offset sample holders designed for samples deposited on 25mm diameter silver membrane filters. An electric power conditioning system suitable for the electrical service requirements of the instrument. A closed circuit water recirculator for cooling the anode. The water recirculator must be an air/water heat exchange design. Software packages providing automated instrument control and data acquisition functions, phase identification, and quantitative analysis with sophisticated user defined, and controlled, multi-function quantitative profile fitting capabilities. Software packages must be compatible with the Windows 10 operating platform. The detector configuration shall consist of a beta filter and a high speed compound silicon strip detector (minimum of 100 channels) capable of simultaneous data acquisition across a minimum range of 2.0o two theta with a resolution of .002o two-theta or less, and any associated slits. �A monochromator for use with the high speed detector will be listed as an option. Delivery and installation of the X-ray diffractometer system. Onsite training of laboratory personnel on the use of the X-ray diffractometer and applicable software packages. �The NAICS code for this requirement is 334516 - Analytical Laboratory Instrument Manufacturing, all with a small business size standard of 1,000 employess. II. BACKGROUND The U.S. Department of Labor, Mine Safety and Health Administration (MSHA) is responsible for enforcing health standards promulgated under the authority of Section 103 (a) of the Federal Mine Safety and Health Act of 1977. A national network of MSHA inspectors collects health samples at approximately 10,000 metal/nonmetal mines located in the United States and its territories to monitor miners� exposures to hazardous contaminants. Silica samples are analyzed by validated X-ray diffraction analytical methods at the Pittsburgh Safety and Health Technology Center (PSHTC) Laboratory, which is accredited by the American Industrial Hygiene Association for silica analysis, and citations are issued to mine operators if exposure limits are exceeded. III. OBJECTIVE The Contractor shall provide all equipment, materials and services to purchase one turnkey X-ray diffraction system. The system must be new; no used or refurbished instruments, demonstration models or prototypes are acceptable. The instrument will include a high speed compound silicon strip detector with a scintillation counter or ionized gas detector with a secondary beam graphite monochromator listed as an optional accessory. The Contractor shall provide an operating instrument, instrument control, data acquisition and data analysis software, ICDD PDF-2 database license release 2022, and accessories such as an autosampler, sample holders, power conditioner, and water chiller. The Contractor shall provide installation of all of the equipment and software contained herein. All software must be compatible with Windows 10/64-bit operating system. The Contractor shall provide on-site training in the use of the instrument and its software packages. The purchase price shall include a warranty with a minimum of 1 year. The Contractor shall provide a copy of their warranty outlining its coverages. Factory�trained service representatives must provide the instrument service. �(Note:� This was moved under Technical Exhibit 1, Product Specifications). IV. SERVICES REQUIRED The scope of this procurement action shall cover all actions pertinent to the acquisition of one turnkey automated X-ray powder diffraction system. At a minimum, the base system must include a 2.2 kW generator for use with a long fine line focus copper x-ray tube with an approximate 6 degree takeoff angle. The generator high voltage settings shall range from ? 20 to50 kV and be selectable in 1 kV increments. The current settings range from ?5 to 50 mA and be selectable in 1 mA increments. The generator high voltage output must not vary more than 0.03% per 10% variation in main voltages The goniometer shall be a vertical Bragg-Brentano theta-theta or theta-2theta geometry, with a fixed radius of between 185mm and 230mm and an angular range spanning 0-120 degrees two theta (2?) at minimum, with a horizontal sample stage.� Precision optical encoders will be incorporated into the goniometer control systems. A sample spinner will be included with a user selectable rotation rate of at least 0-60 rpm. The instrument will be housed in a radiation enclosure that meets all Federal and state regulations for radiation protection. The radiation enclosure will be constructed of steel with integrated lead panel direct beam stop, and will have a lighted interior with viewing windows or shall be equipped with a webcam for observation of the sample stage. A theta compensating variable divergence slit or equivalent programmable slit will ensure that the irradiated area of the sample remains constant as the angle of the incident beam is varied and permit a user selectable length of sample of up to 16mm to be constantly irradiated. Systems that use interchangeable fixed divergence slits and beam masks will also be evaluated. Components common to all proposed systems will also include divergent and diffracted beam 0.04 and 0.08 radians Soller slits. In addition, a mechanism that regulates the width of the irradiated sample area (i.e. perpendicular to the source-detector axis) is desired, e.g. masks. An automated sample changer with a minimum capacity of 60 samples will be included. The system will also include 100 zero offset sample holders designed to center samples deposited on 25 mm diameter silver membrane filters in the incident beam, an electric power conditioning system suitable for the electrical service requirements of the instrument, and a closed circuit water recirculator for cooling the anode. The water recirculator will employ an air/water heat exchange design. Software packages provided with the system will provide programmable instrument control and data acquisition functions, phase identification, and quantitative analysis with user selectable profile fitting capabilities. Quantitative analysis will be based on peak area determinations. Compatibility with the Windows 10/64-bit operating system is required. On-site training shall be provided to a minimum of four MSHA analysts covering instrument use and software applications specific to the requirements stated in the previous paragraph. The training will encompass an overview of the function of the installed system�s components, detail how to optimize instrument performance, and review required preventive maintenance. Training will be provided in the use of the instrument operating software, setting up and editing system configuration files, the development of batch programs for unattended sample analysis, use of the autosampler, and use of profile fitting software for quantitative analysis. The applicability of the various profile fitting algorithms to quantitative silica analysis will be comprehensively detailed, and in-depth instruction in the selection of parameters affecting profile fitting refinements will be presented. The training shall consist of 32 hours of classroom and laboratory exercises. Proposed configurations shall consist of a high speed compound silicon strip detector (minimum of 100 channels) capable of simultaneous data acquisition across a specified two theta range and any associated slits, filters or optical accessories; and gas proportional or scintillation counter detector, diffracted beam graphite monochromator listed as optional components. � V. SUBMISSION REQUIREMENTS Important and Required: Contractors responding to this notice must be able to provide ALL of the products and services as specified.� The Government requires �ALL OR NONE� for this requirement.� 1. The following information is to be provided in response to this Request for Information: a. Vendor's name b. Vendor's address c. Point of contact name, telephone number, and e-mail address d. DUNS number e. Identification of business size (small business, small disadvantaged, Small Woman-Owned Business, Small Veteran-Owned Business, Small Disabled Veteran-Owned Business, Small/Disadvantaged Business SBA 8(a) Program, HUB-Zone small business); f. Capability to provide the products and services. g. Country of Origin 2. Responses must be submitted in writing according to the requirements outlined in this document and received via e-mail by Brandi Brinson at brinson.brandi@dol.gov no later than 3:00 p.m. EST on Wednesday, March 9, 2022. Late responses may not be considered or evaluated. VI. AGENCY POINT OF CONTACT Brandi Brinson Contract Specialist Brinson.brandi@dol.gov Office Phone: (304)256-3104 ALTERNATE POINT OF CONTACT James B. James Supervisory Contract Specialist james.jay.b@dol.gov Office Phone:� (202)693-3723 VII. OTHER INFORMATION All interested and qualified businesses are encouraged to respond to this notice in accordance with the instructions found herein. Responding to this notice does not guarantee an award of a contract nor does the Government guarantee that a solicitation will be issued as a result of it. The Government does not intend to award a contract based on this request or to otherwise pay for the information submitted in response to this request. This request is issued only to locate vendors that can provide the services included in this notice. Interested parties are responsible for adequately marking proprietary, restricted, or competition-sensitive information contained in their response.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fc888485979548bc85ba7b59c22f9bb4/view)
 
Place of Performance
Address: Pittsburgh, PA 15236, USA
Zip Code: 15236
Country: USA
 
Record
SN06255649-F 20220304/220303211716 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.