Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 10,2000 PSA#2534

Centers For Disease Control And Prevention (CDC), Procurement & Grants Office, 2920 Brandywine Road, Atlanta, Georgia 30341-4146

66 -- LABORATORY EQUIPMENT SOL 2000Q00050 DUE 022400 POC Jennifer J. Nelson, Contract Specialist, Construction, Facilities, Equipment and Commodities Section, (770) 488-2621, MS K-71 The Centers for Disease Control and Prevention (CDC), Atlanta, GA, intends to purchase a high resolution ICP-MS. CDC believes that its requirements are only met by one instrument, the ELEMENT2, from one vendor, Finnigan MAT and intends to enter into negotations with Finnigan MAT for sole source acquisition of an ELEMENT2. SPECIFICATIONS: CDC has very tight space requirements which require the smallest footprint, lowest profile profile, and lightest weight for a HR-ICPMS. The Finnigan MAT model ELEMENT2 has a footprint a footprint of 141 cm x 88 cm and a height of 141 cm and a weight of 750 kg. For safety reasons and for experimental coupling of an ETV, it is required that the sample introduction system, ICP torch, cones, and plasma must be at ground potential. There should be a gate valve between the cones and the analyzer, to allow exchange of cones without compromising analyzer background. For rapid and accurate analysis, high mass resolution must be attained by the use of fixed slits with three resolution settings, R=300, >4000, and >10000 with switching speed between resolution steps <1 second in a fully automated mode. The new system must be largely or completely compatible in terms of inlet systems components, electronic components, and software with the existing Finnigan MAT ELEMENT. Mass range: 2-260 at full accelerating voltage with full accelerating voltage is 8-kV. The system should have a double focussing geometry, with a magnetic sector and a toroidal electrostatic sector. The magnet must be fully laminated to allow fast scanning capability, rapid mass switching and precise mass control. Magnet should be water cooled for maximum stability. Sensitivity 1x109 counts per second per ppm In with standard low flow nebulizer at low resolution. with average count rate across 10 neighboring channels of the electron multiplier is < 0.2 cps. Detection limits <0.1 ng/l In at 3o of the background, R=300 (100 ppq). It must be possible to switch between hot and cold plasma under computer control in a fully automated mode, without requirement for retuning or reoptimization, with Settling time when switching from hot to cold must be <2 minutes. B-scan (magnetic field scan, all isotopes between 23-240-23 amu <350 ms with scan time 1 ms per amu and B-jump (magnet field peak jump) speed of 1 ms/amu. HV-scan (high voltage scan): <10 ms for +30% above magnet rest mass, and HV-jump (high voltage peak jump): peak to peak transfer speed <1 ms. Short term stability <2.5% RSD for 10 replicates over 10 minutes, without internal standard using a concentric nebulizer. Long term stability <5% for 10 replicates over 4 hours, without internal standard using a Meinhard nebulizer, using a 10 ppt multielement solution, and measuring stability on Be, Co, In and U. The torch should be on an X-Y-Z adjustable translation stage. The torch should be of a "plug in" design for easy maintenance. Cooling, auxiliary and nebulizer gas flows must use mass flow controllers and a fourth mass flow controller must beavailable. The generator should be a fully computer controlled solid state generator capable of giving 2-kW of 27.1 MHz. The nebulizer and spray chamber should be outside the torch housing to guarantee maximum temperature stability and to allow easy access for coupling with peripherals. The torch should be have a computer controlled precious metal grounded electrode between the plasma and the load coil.. The ion detection should be by a dual mode electron multiplier, which allows detection over >9 orders of magnitude. The detector must protected from detector overload during analysis of unknown sample compositions or by operator error. There should be automatic signal dependent detector selection mode. Electron multiplier should be protected from ion flux by a conversion dynode, so that it is only exposed to electrons. Cross calibration of detector modes should be fully automated. Analyzer pressure should be <1x10-7 mbar. This pressure should be achieved with at least a five stage differential pumping system using turbomolecular pumps. The vacuum system should be safety protected with a hard-wired vacuum integrity system with start-up and shutdown sequencing. All control and acquisition electronics shall utilize complete fiber optic opto-isolation between digital and analogue circuitry in order to avoid ground loops and to prevent any damage to the digital electronics due to high voltage arcing. The MS shall utilize a distributed processing systems using a 32-bit front-end microprocessor for instrument control and a work station for data processing. Software should be on Windows-NT operating system platform, for multitasking for simultaneous instrument control, data acquisition and data reduction. An award will be made to Finnigan MAT on a sole source basis for a Element 2 Mass Spectrometer, within fifteen days from the date of this announcement. No proposal will result from this announcement. This is for informational purposes only. The authority for this action is FAR 6.302-1. This notice of intent is not a request for proposal and no solicitation is available. This notice may represent the Government's only official notice of procurement. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14. The equipment shall be delivered not later than 30 days after receipt of order to Centers For Disease Control and Prevention, Warehouse, 4998-C South Royal Atlanta Boulevard, Attention: Peggy Hayes, Tucker, Georgia 30333, FOB Destination. The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. The provision at 52.212-2, Evaluation Commercial Items, applies to this acquisition. The evaluation criteria stated in paragraph (a) of this provision are as follows: (1) technical capability of the proposed system to meet the requirements stated herein, and (2) price. Offerors shall include a COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS, with your quote. The best way to complete this certification to download the FAR Clauses (Volume II) at http://www.arnet.gov/far/, print out the clause 52.212-3, Offeror Representations and Certifications, and fill in the appropriate blanks. This certification must be sent in with your quote. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The following FAR clauses are hereby added to this clause: 52.211-16, (0% increase, 0% decrease, all items); 52.225-11, and 52.247-35. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following clauses listed in paragraph (b) of 52.212-5 apply to this acquisition: (7), (9), (10), (11), and (14). Quotes are due by 2:00 pm, EST on February 24, 2000. Facsimile quotes WILL be accepted, provided the quote contains all requested information, and a signed hard copy is also provided via mail. Quotes shall be mailed to: Centers for Disease Control and Prevention; Contracts Management Branch; Attn.: Jennifer J. Nelson; 2920 Brandywine Road, Room 3202; Atlanta, GA 30341. Facsimile quotes may be sent to: (770) 488-2621, Attn.: Jennifer J. Nelson. The RFQ number 2000Q00050 shall be clearly marked on the envelope and/or facsimile cover page. All responsible sources that can meet the above requirements may submit a quote, which will be considered by the Agency.***** Posted 02/08/00 (W-SN423181). (0039)

Loren Data Corp. http://www.ld.com (SYN# 0281 20000210\66-0005.SOL)


66 - Instruments and Laboratory Equipment Index Page