Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 23, 2025 SAM #8489
SOURCES SOUGHT

66 -- Sources Sought Notice for gas chromatograph high-resolution mass spectrometer (GC-HRMS)

Notice Date
2/21/2025 7:04:36 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
NIST-FY25-CHIPS-0068
 
Response Due
3/7/2025 8:00:00 AM
 
Archive Date
03/22/2025
 
Point of Contact
Jenna Bortner, Donald Collie
 
E-Mail Address
jenna.bortner@nist.gov, donald.collie@nist.gov
(jenna.bortner@nist.gov, donald.collie@nist.gov)
 
Description
The Organic Chemical Metrology Group (OCMG) in the Chemical Sciences Division at NIST develops, critically evaluates, and applies analytical methods based on liquid chromatography, gas chromatography, high-resolution mass spectrometry, vibrational and nuclear magnetic resonance spectroscopy, as related to analyses at trace and ultratrace concentration levels. OCMG is also responsible for the development and characterization of Standard Reference Materials (SRMs) to enhance chemical measurement comparability within the U.S. and to provide a basis for measurement comparability with other nations. SRMs developed and supported by OCMG are used to support clinical, food, environmental, and forensics analyses. The OCMG will apply its knowledge and experience to study and identify trace organic impurities in solvents, such as ultra-pure water, used by the semiconductor industry. Knowledge and the levels of organic impurities can increase yields in semiconductor manufacturing. For the successful compound discovery of contaminants at ultratrace levels in the solvents, a sensitive gas chromatograph high-resolution mass spectrometer (GC-HRMS) is needed. Furthermore, the sample introduction system must be flexible to accommodate several types of injections, including liquid injection, solid-phase microextraction, headspace, dynamic headspace, and purge-and-trap. The procurement of a GC-HRMS will help meet research goals in the CHIPs program and increase the capability of the Chemical Sciences Division. NIST is seeking information from sources that may be capable of providing a commercial solution that will achieve the objectives described above, in addition to the following essential requirements: NIST intends to acquire a GC-HRMS system that will be used for non-targeted analysis for compound discovery of contaminants at ultratrace levels in ultra-pure water and other solvents. The instrument must be able to reproducibly generate high-resolution and high-quality MS and MS/MS spectra that is capable of both electron ionization (EI) and chemical ionization (CI) to accurately identify unknown analytes. Extraction and concentration of organic analytes are anticipated, and hence, the instrument will need to have the capability of liquid injections, headspace (static and dynamic) injections, solid-microextraction (SPME), including Arrow SPME, and purge-and-trap. To protect hardware from momentary power interruptions, the instrument should also be procured with an uninterruptible power supply (UPS). The required equipment will need to consist of integrated instrument control and data analysis software. No laboratory bench currently exists in the space and must also be included in the procurement package if the system is a benchtop instrument. The bench will need to be large enough for the proposed instrument and autosamplers (including purge and trap), support the weight of the equipment, and fit in the designated footprint. The data system (computer) can be placed on an existing lab bench adjacent to the space where the instrument will be placed. The footprint of the instrument, including the portable lab bench shall be no larger than 230 cm x 121 cm x 250 cm (width x depth x height). In addition, all uninstalled components must be able to fit within the door with dimensions of 109 cm x 236 cm. Line Item 0001: Description: Gas Chromatograph high-resolution mass spectrometer Comment: System to include autosampler, GC, HRMS, computer system and software, and equipment needed for installation Quantity: 1 Technical Specifications Resolution: >100,000 at m/z 200 Mass accuracy: 5 orders Sensitivity: instrument detection limit of 100 mL/min Shall include a mass flow controller for precise flow control. Shall have a moisture control system to reduce water vapor. Shall be automated Shall contain a foam sensor Shall have the capability of analyzing both liquid and solid samples Shall include a 5 year extended warranty and/or service contract for the system and all parts Line Item 0003: Description: movable lab bench that that supports equipment from line items 0001-0002. Quantity: 1 Technical Specifications Lab bench shall be no larger than 230 cm wide and 121 cm deep. Shall accommodate the dimensions of the proposed instrument, including GC-HRMS, autosampler, and purge-and-trap (if needed, the computer can be placed on an existing bench adjacent to where the moveable lab bench will be located). Shall be fully movable with lockable wheels. Shall have a weight capacity greater than the weight of the proposed instrument. Shall include a an enclosure for the vacuum pump. HOW TO RESPOND TO THIS NOTICE In responding to this notice, please DO NOT PROVIDE PROPRIETARY INFORMATION. Please include only the following information, readable in either Microsoft Word 365, Microsoft Excel 365, or .pdf format, in the response: Submit the response by email to the Primary Point of Contact and, if specified, to the Secondary Point of Contact listed in this notice as soon as possible, and preferably before the closing date and time of this notice. Please note that to be considered for award under any official solicitation, the entity must be registered and �active� in SAM at the time of solicitation response. Provide the complete name of your company, address, name of contact for follow-up questions, their email, their phone number and, if your company has an active registration in https://sam.gov, your company�s Unique Entity ID (UEI). Identify the equipment that your company sells that can meet the objectives addressed in the BACKGROUND section of this notice. For each product recommended to meet the Government�s requirement, provide the following: Manufacturer name Model number Technical specifications If your company is not the manufacturer, provide information on your company�s status as an authorized reseller of the product(s) Describe performance capabilities of the product(s) your company recommends to meet the Government�s requirements. Additionally, if there are other features or functions that you believe would assist NIST in meeting its objectives described above, please discuss in your response. Discuss whether the equipment that your company sells and which you describe in your response to this notice may be customized to specifications and indicate any limits to customization. Identify any aspects of the NIST market research notice, including instructions, and draft minimum specifications in the BACKGROUND section you cannot meet and state why. Please offer suggestions for how the market research notice and draft minimum specifications could be made more competitive. State whether the proposed equipment is manufactured in the United States and, if not, state the name of the country where the equipment is manufactured. Identify any plans/possibilities for changes in manufacturing location of the aforementioned equipment and provide relevant details, including timeline. For the NAICS code listed in this notice: Indicate whether your company is (a) a small business or (b) other than small business. See the Table of Small Business Size Standards and the associated .pdf download file for small business size standards and additional information. If you believe the NAICS code listed in this notice is not the best NAICS code for the type of product addressed in this notice, identify an alternative NAICS code that you believe would be more appropriate for the planned procurement. Describe services that are available with the purchase of the aforementioned equipment from your company such as installation, training, and equipment maintenance. Describe standard terms and conditions of sale offered by your company for the recommended equipment such as: delivery time after your company accepts the order; FOB shipping terms; manufacturer warranty (including details regarding nature and duration); if available, description(s) of available extended warranty; equipment setup and test; operator and service instruction manual(s); cleanup after installation; and if applicable, other offered services. Provide a copy of manufacturer standard terms and conditions that typically relate to the sale of the specified equipment, if available. State whether your company offers facility renovation services related to installation of the recommended equipment at its delivery destination, if required per the NIST-identified minimum specifications, and provide description of said services. Indicate if your company performs the facility renovation services or typically subcontracts the work to another company. Indicate if your company would be interested in inspecting the intended installation site during the market research phase. State published price, discount, or rebate arrangements for recommended equipment and/or provide link to access company�s published prices for equipment and services. If the recommended equipment and related services are available for purchase on any existing Federal Supply Schedule contract(s) or other contracts against which NIST may be able to place orders, identify the contract number(s) and other relevant information. Identify any customers in the public or private sectors to which you provided the recommended or similar equipment. Include customer(s) information: company name, phone number, point of contact, email address. Provide any other information that you believe would be valuable for NIST to know as part of its market research for this requirement. State if you require NIST to provide additional information to improve your understanding of the government�s requirement and/or would like to meet with NIST representatives to discuss the requirement and the capabilities of the identified equipment. QUESTIONS REGARDING THIS NOTICE Questions regarding this notice may be submitted via email to the Primary Point of Contact and the Secondary Point of Contact listed in this notice. Questions should be submitted so that they are received 5 days prior to the response date. If the Contracting Officer determines that providing a written amendment to this notice to document question(s) received would benefit other potential respondents, the questions would be anonymized, and a written response to such question(s) would be provided via an amendment to this notice. IMPORTANT NOTES This notice is for market research purposes and should not be construed as a commitment by NIST to issue a solicitation or ultimately award a contract. There is no solicitation available at this time. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. NIST reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s capability. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a synopsis and solicitation may be published on GSA�s eBuy or SAM.gov. However, responses to this notice will not be considered an adequate response to any such solicitation(s). Thank you for taking the time to submit a response to this request!
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/642479f29e2b40f0bc6120ce64e953cf/view)
 
Place of Performance
Address: Gaithersburg, MD 20899, USA
Zip Code: 20899
Country: USA
 
Record
SN07350437-F 20250223/250221230035 (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.