SOURCES SOUGHT
66 -- 66--INDUCTIVELY COUPLED PLASMA-OPTICAL EMISSION SPECTROMETER (ICP-OES) SYSTEM WITH
- Notice Date
- 6/13/2023 5:19:31 PM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- DOIGFBO230075
- Response Due
- 6/21/2023 9:00:00 AM
- Archive Date
- 07/06/2023
- Point of Contact
- Suryaty, Irma, Phone: 303-236-9318
- E-Mail Address
-
isuryaty@usgs.gov
(isuryaty@usgs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of small firm eligible to compete under NAICS code 334516 Analytical Laboratory Instrument Manufacturing with a Small Business with size standards in number of 1,000 employees for an anticipated upcoming requirement for generation Inductively Coupled Plasma-Optical Emission Spectrometer (ICP-OES) with Radio Frequency (RF) Generator. The USGS Analytical Trace Element Chemistry/Common Services Laboratory (ATEC/CSL) in Boulder, Colorado as part of the Water Mission Area (WMA) requests the purchase of one (1) Inductively Coupled Plasma-Optical Emission Spectrometer (ICP-OES). We require the ICP-OES to Dual View with capabilities to analyze from the ultra-violet (UV) down to Sulfur at the 180 nanometer (nm) wavelength through the visible and up to Potassium at the 766 nm wavelength and be purged to extend its analysis wavelengths into the UV. The instrument also needs to have simultaneous detection system capable of analyzing many analytical wavelengths at the same time to quickly analyze samples and use smaller sample volumes. In support of mission essential functions, the Boulder CSL provides analysis of rare earth elements, trace elements, and major cations in a variety of matrices. The Boulder ATEC/CSL�s current ICP-OES was obtained used in 2016 from EPA where it had been in service there for 8 years and is showing signs of decreased reliability including decreased ability to properly cool the detectors and will periodically fail requiring reprograming the internal setting because no replaceable batteries on the internal control boards are dead. Without the purchase of a replacement, the instrument, which is not supported and parts are no longer produced, may fail at any moment, and will result in the ATEC/CSL not being able to fulfill its mission. The resources identified in this procurement support the continued ability of the Boulder ATEC/CSL to meet analytical demands in support of the USGS water mission. Minimum Requirements for the ICP-OES: Instrument: 1. ICP-OES shall be bench top design and fit on a 3 foot by 6-foot bench. 2. Shall include sample introduction system consisting of peristaltic pump, accommodate a cyclonic spray chamber, and nebulizer and any other items for proper operation. Shall be compatible with a variety of nebulizer types. 3. Shall include all necessary peripherals including plasma system, and gas handling system and a set of consumables, to be a fully functional instrument including those listed in #41, shall be a fully compatible with both the Perkin Elmer SC4DX and S23 autosamplers or equivalent shall be provided with the instrument and come ready for use with those autosamplers; and in #42, shall be fully compatible with Perkin Elmer FIAS 400 or equivalent shall be provided with the instrument if those listed are not compatible with the new ICP-OES. Shall include control software and all systems be computer controlled. 4. Shall be dual view with the instrument capable of viewing the plasma in a single analysis run in both a radial and axial configuration. 5. The instrument shall monitor gas pressures and flows, interlocks, coolant flows, and plasma stability. The interlocks shall be continuously monitored and instrument shutdown automatically if any interlock is interrupted. 6. Plasma ignition shall be computer controlled and fully automated. 7. Plasma shall be viewable through a window on the instrument and through the software. 8. Instrument shall have a shutter system to prevent unnecessary extended UV radiation exposure of the detector. 9. Shall operate under the lowest Ar flow possible, while still maintaining high sensitivity and low detection limits. 10. Load �coil� or device shall be maintenance free with no active cooling of the load coil and no additional infrastructure required to cool the load coil including any active cooling by water, gas, or oil cooling. 11. The RF generator shall be computer-controlled, operating up to a minimum of 1500 watts, for automatic control of torch ignition, shutdown, and system warm-up. 12. Instrument shall have at least a 4-channel peristaltic pump. 13. Torch shall be mounted vertically to increased matrix tolerances. 14. RF generator shall be free running, with solid state components for accurate impedance matching. 15. The plasma systems shall be capable of fully automated start-up, optimization, and shutdown. 16. Torch assembly shall be able to be changed quickly without the need for excessive torch alignment. 17. Instrument shall have an echelle-type spectrometer covering the range of 170 to 780 nm (Sulfur on the low end to Potassium on the high end). 18. Spectral resolution at 200 nm shall be at least 0.007 nm. 19. Spectrometer UV disperser shall employ a Schmidt correction to eliminate spectral aberration. 20. Instrument shall measure wavelengths simultaneously, and be comprised of two detectors, one optimized for UV and one for visible wavelengths. 21. Detectors shall be cooled with a Peltier device to minimize dark current. 22. Instrument shall automatically adjust integrations times for intense (high concentration) and trace (low concentration) signals. 23. All analytical system operations (component optimization, methods development, calibration, analysis and reports) shall be performed using a single software platform. 24. Detectors shall be of the type of Charge Coupled Device (CCD). 25. Pixels on the detector shall have anti-blooming protection. 26. Instrument shall be shielded to prevent the emission of radio frequency (RF) power and there shall be interlocks to prevent accidental release of RF emissions. 27. Instrument shall be capable of running off of a combination of 208 volt and standard 110-volt laboratory power as configured in price. 28. Instrument must store all available wavelengths that is measures enabling it to have wavelength that were not in the original method to be added to the method and reprocessed without a complete analysis of the sample. This must be done without creating very large data sets that make it difficult to store the analytical data. 29. Optical cavity of the spectrometer must be purgeable with nitrogen or argon to operate in the UV spectrum down to 170nm. 30. Spectrometer cavity must be isolated from temperature changes and floor vibrations. 31. The instrument must be operational with 120 cfm of airflow at the external ventilation system. 32. The ICP-OES system shall have an interface design that maximizes long-term signal stability after an initial 1-hour warm-up period. The long-term drift of the system over 4 hours shall be less than 5% without using an internal standard. 33. The instrument must enable automated optimization of the plasma alignment in both the vertical and horizontal directions. The radial view must allow viewing 10 - 25 mm above the flat induction plates or load coil to reduce or eliminate the Easily Ionized Element (EIE) effect. The torch must be able to be adjusted for plasma viewing while the plasma is lit. 34. Close-coupled, four-channel peristaltic pump, computer-controlled, shall be integrated within the ICP-OES system. 35. Design where sample introduction components shall be accessible from the front of the instrument. 36. Full system shall use single-phase power. 37. The instrument shall have a compressed air shear gas to cut off the cool end of the axial plasma to reduce material deposition on the entrance optic as well as to reduce self-absorption and physical interferences. Interface designs that require active cooling (requiring additional argon gas) or routine maintenance and are not acceptable. 38. A spares kit must be included that is comprised of commonly replacement items and consumables. 39. Instrument and peripherals much be new instrument and currently in production. 40. One (1) circulating chiller shall, if proper operation requires it, be provided by the Contractor under this contract. Chillers shall be compatible with the quoted instrument and supply sufficient cooling to allow the instrument to meet all other stated requirements in this specification document. THIS IS NOT A SOLICITATION. ALL COSTS ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. A scope of work will be provided with any solicitation that may be issued. The Government is not required to issue a solicitation. Responses to this announcement are requested from (A) SBA certified Small Business HubZone firms; (B) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (C) Service-Disabled Veteran-Owned small Business firms; (D) Small Businesses; (E) Women Owned Small Businesses; and (F) Large Businesses. In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (A) through (E) above, any solicitation may be issued as unrestricted without further consideration. Interested business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including an active SAM Registration); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS, (4) Active SAM Registration. All responses must be submitted NLT June 21, 2023, at 12:00 PM ED Time via e-mail to: isuryaty@usgs.gov This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided. If a solicitation is released, in order to receive an award your company must have an active Unique Entity ID at the System for Award Management (SAM). You will also be required to provide your small business status information either via the RFP or the On-line Representations and Certifications (ORCA) also located at the SAM website before an award to your company can be made. Your on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs updated annually.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b4dd65bf53104b20942306e2039fdd8b/view)
- Record
- SN06714720-F 20230615/230613230119 (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 |