Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2007 FBO #1945
SOLICITATION NOTICE

66 -- Thermogravimetric analyzer-mass spectrometer

Notice Date
3/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA9300-07-M-5044
 
Response Due
4/7/2007
 
Archive Date
4/12/2007
 
Description
The Air Force Flight Test Center (AFFTC), Edwards AFB intends to award a sole source, firm-fixed price contract, under the Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items the procurement of a Thermogravimetric Analyzer-Mass Spectrometer to TA Instruments, 109 Lukens Drive, Newcastle, DE 19720. This item is sole source since TA Instruments is the only known source that has a unique design that puts together the Thermogravimetric Analyzer and Mass Spectrometer in one equipment. This is compatible with existing in house TA software-developed-equipped computer that runs other Government owned TA Instruments. This acquisition is unrestricted. The NAICS code is 334516. The following item will be procured: Minimum Specification for Thermogravimetric Analyzer and Mass Spectrometer The instrument must have: ? Temperature Range: The TGA instrument shall allow for a measurable temperature range of ambient to 1200?C ? Heating Rate Range: As this instrument will be used for kinetics analyses, a wide range of achievable heating rates is critical. The instrument shall be able to control to heating rates as low as 0.1?C/min with noise levels over 10?C no greater than ?0.01?C/min (unsmoothed). The instrument must also be able to control heating rates as fast as 500?C/min. Examples of data files illustrating this capability shall be supplied and will be used for verification. ? Balance Sensitivity: The TGA balance will have a sensitivity of at least 0.1 g (microgram). Examples of data files illustrating this capability shall be supplied and will be used for verification. ? Baseline Performance: The TGA baseline shall exhibit less than 10 g (microgram) of drift over the temperature range ambient to 1000?C (uncorrected) in either air or N2 atmosphere. The TGA isothermal baseline will drift no more than 5 g (microgram) over 18 hours. ? Purge Gas Control: The TGA shall include digital mass flow controllers for at least two separate purge gases, such that the purge gas can be automatically switched via software during the experiment. The flow rate must also be adjustable via software during an experiment. The flow rates must be data logged into the resulting data file. ? Robotic Autosampler/Pan Punching: Because this instrument will be used extensively, and often on a 24 hour basis, it must come equipped with a robotic autosampler containing at least 20 sample positions. The autosampler must also include a pan punching mechanism, by which samples can be kept sealed in a hermetic environment, and punched open just prior to loading. Ideally, this pan punching will produce a large breach in the pan, rather than a pin-hole, as our materials rely on efficient sample/gas interaction. ? Variable Rate Control: The TGA instrument will include some form of automatic variable rate control to improve resolution. Ideally, the heating rate will be continuously adjusted as a function of sample mass loss rate, as opposed to a ?stepwise isothermal? approach. ? Automatic Calibration: The TGA instrument shall allow for automatic, unattended calibration of both temperature (curie-point standards) and mass. These calibrations wil be programmable and schedulable from within the operating software. ? Software: As this TGA will be used by numerous researchers, it is critical that the analysis software be installed on multiple computers. As such, the analysis program should be un-keyed, and should include a site license such that it may be installed on an unlimited number of computers within AFRL/ PRSM. The data file format will easily allow sharing/transfer of data files as individual electronic documents, which are readable by the same data analysis package. The data analysis program shall also include a .pdf generator, for the efficient export of analyzed plots. These capabilities must be demonstrated for product acceptance. ? The TGA must also include operating software which allows for the instrument to be fully calibrated and verified automatically, without the need for operator presence. Calibrations must include weight and temperature (curie point). Scheduling capabilities must be present, such that these calibrations and/or verifications can be programmed to perform during normal quiescent periods, such as overnight or on weekends. The software must also be capable of sending automatic communications as to the status of these calibration/verification experiments, either by email or instant messaging, so that the operator is fully apprised of their status. ? In addition, the instrument software must be capable of performing a series of auto-diagnostic tests, either manually or through the scheduling component. These tests should verify the performance of various instrument components such as autosampler motors, electronic boards, mass flow controllers, etc. The results of these tests will be logged and the option to automatically report the result via email or instant messaging should be included. ? The operating software will also be capable of periodically and automatically checking for updates via an internet connection, and downloading/installing those updates if desired ? The mass spectrometer must have a mass range 1-300 amu ? The instrument will have full range gauge for MS protection and diagnostics ? The mass spectrometer will possess ArcNet Fiber optic communications port for high speed data transmission ? The mass spectrometer will have a bakeout jacket, heats vacuum chamber to effect contamination removal ? Inlet heater from the TGA to MS will be controllable to 200C to prevent condensation in the inlet ? The instrument will hava all metal seals in high vacuum area, reduces backgrounds ? Quantitative analysis software must have output in %,ppm, ppb - deconvolution of overlapping peaks. ? There will be 1 Digital Input, for triggering MS. ? There will be 2 Digital Outputs, relay O/P for interfacing to other instrumentation/alarms. ? There must also be 2 Analog Inputs, -5...+5vdc for integration of external data (temp, pressure etc) and 2 analog Outputs, -5...+5vdc for transfer of signals to other instrumentation. ? The instrument must be able to monitor up to 64 masses in MID mode. ? The must be split flow turbo for pumping inlet gas ? The instrument must have field axis technology for maximum transmission of ions ? The instrument must be able to perform 8 orders of magnitude dynamic range in a single scan ? The instrument shall be able to detect possible xenon in air ? Data collection speed of 50 points per second must be available. Contractors interested in this requirement should submit a complete technical quote, which provides clear and convincing evidence that they can meet the Government's requirement. In addition, the response should include any special requirements for a commercial contract (i.e., Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR Part 12. Anticipated Award date is 9 April 2007. Responses musst be received no later than (NLT) 1:00 p.m., Pacific Standard Time, 7 April 2007. Responses should be submitted to: Directorate of Contracting, AFFTC/PKTA, 5 South Wolfe Avenue, Bldg 2800, Edwards AFB, CA 93524-1185, Fax: 661-277-2114 or email: sun.mcguinness@edwards.af.mil. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive requirement. Telephone requests to be placed on a mailing lists will not be honored.
 
Place of Performance
Address: AFFTC/PKTA, 5 S. WOLFE AVE, EDWARDS AFB CA 93524
Zip Code: 93524
Country: UNITED STATES
 
Record
SN01258009-W 20070325/070323221237 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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