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