SOURCES SOUGHT
66 -- high-performance (LC)-tandem quadrupole/high-resolution (MS/HRMS)
- Notice Date
- 6/1/2012
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Interior, U. S. Geological Survey, USGS - All Offices, 12201 Sunrise Valley Drive, Reston, Virginia, 20192, United States
- ZIP Code
- 20192
- Solicitation Number
- G12PS00475
- Archive Date
- 6/19/2012
- Point of Contact
- Lisa Hayes,
- E-Mail Address
-
ldhayes@usgs.gov
(ldhayes@usgs.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A PRE-SOLICITATION NOTICE Sources Sought Notice for Small Business Search The U.S. Geological Survey (USGS) Montana Water Science Center has a requirement to purchase a high-performance liquid chromatograph (LC)¿tandem quadrupole/high-resolution mass spectrometer system (MS/HRMS). The USGS is seeking small business sources for a high-performance liquid chromatograph (LC)¿tandem quadrupole/high-resolution mass spectrometer system (MS/HRMS) that meets the following requirements: 1. The MS/HRMS subsystem of the LC¿MS/HRMS system shall be a tandem MS design with a quadrupole mass analyzer for the first stage of analysis and a high resolution, accurate mass analyzer for the second stage of analysis, with a fragmentation stage in between the two mass analyzer systems. Either a quadrupole/time-of-flight (QTOF) tandem MS system or a quadrupole/Orbitrap tandem MS system that achieves acceptable resolution and sensitivity will be considered. The high-resolution mass analyzer shall have resolution of greater than or equal to 15,000 ppm at m/z of 500 amu and with less than 2 ppm mass accuracy. An atmospheric pressure ionization source with liquid chromatography inlet, with electrospray ionization (ESI), capable of operating in both positive and negative ion mode, shall be provided. The ability to rapidly change from an ESI source to an atmospheric-pressure chemical ionization (APCI) source is required. 2. The LC¿MS/HRMS system shall include an LC subsystem made of biologically inert, or bioinert components throughout it¿s flow path and be capable of unattended injection ranging from less than 1 to 200 microliters from a temperature-controlled autosampler that can be operated at sub-ambient (to 10 C below ambient) temperatures, and a binary gradient LC pump and thermostatted column system capable of operating at flow rates between 0.001 and 2 mL/min and operating pressures of at least 600 bar (8700 psi). 3. A PC-based Data System, including 32/64-bit capable Windows 7 operating system,16 gigabytes of random access memory, and at a minimum one hard disk of 4 terabyte capacity ( 7200 rpm enterprise grade required); a separate enterprise-grade hard disk containing the Windows 7 operating system is optional; two high-resolution, 22-inch liquid crystal display (LC) monitors and two monitor cards to use both monitors concurrently for displaying the computer desktop; QWERTY keyboard and optical mouse; a DVD read/record drive; and an Instrument Control Software package that fully controls and automates all aspects of the LC¿MS/HRMS operation, including LC and MS/HRMS operation and control, sample analysis and data collection, and post-collection data processing. 4. The LC¿MS/HRMS system shall include a computer data system that fully controls the LC and MS/HRMS subsystems with full instrument control software and sufficient random-access memory and disk storage to manage the large files generated by the system. The system shall include data analysis software capable of distinguishing empirical formulae at a resolution of 15,000 ppm. The software shall have additional capabilities to eliminate irrational chemical compositions (e.g. C2H50) and to eliminate elemental compositions specified by user. The software shall use known isotopic abundance ratios and known mass defects of component elements as part of any algorithm that determines likely empirical formulae. 5. Offerors will be required to provide analysis of a set of demonstration samples, provided by the USGS/NWQL, to show overall system performance. The USGS is in search of small business firms who are able to provide the above mentioned supply/service. Small business firms who feel they can furnish the required supply/service or its functional equivalent (based on criteria specified herein) are invited to submit in writing an affirmative response to this announcement. An affirmative response would include literature, brochures and such other materials, which correspond to the required supply/service stated herein. This information will be used to determine if competitive opportunities exist. Since no solicitation document exists, request for such documents without accompanying information will be considered non-responsive to this request. POC: Lisa D. Hayes, U. S. Geological Survey, P. O. Box 25046, MS-204, Denver, CO 80225, e-mail: ldhayes@usgs.gov Click here to see more information about this opportunity on FedConnect https://www.fedconnect.net/FedConnect/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G12PS00475/listing.html)
- Record
- SN02764362-W 20120603/120602000120-d61d83fb4162743dc6192f1fcfa424a9 (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 |