Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 21, 2016 FBO #5203
SOLICITATION NOTICE

66 -- Quadrupole Inductively Coupled Plasma Mass Spectrometer - FDA-RFQ-1160166

Notice Date
2/19/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services - Rockville, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001, United States
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-RFQ-1160166
 
Archive Date
3/25/2016
 
Point of Contact
Lisa K. Yaw, Phone: 2404024018, Sean Wybenga, Phone: 240-402-7629
 
E-Mail Address
lisa.yaw@fda.hhs.gov, sean.wybenga@fda.hhs.gov
(lisa.yaw@fda.hhs.gov, sean.wybenga@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Food and Drug Administration’s (FDA) Center for Food safety and Applied Nutrition (CFSAN) has a requirement for a quadrupole Inductively Coupled Plasma Mass Spectrometer (ICP-MS) which will be used for analysis of foods and dietary supplements for nutritional, toxic and various other elements. Part 1 - Description The U.S. Food and Drug Administration's (FDA) Center for Food safety and Applied Nutrition (CFSAN) has a requirement for a quadrupole Inductively Coupled Plasma Mass Spectrometer (ICP-MS) which will be used for analysis of foods and dietary supplements for nutritional, toxic and various other elements. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a separate written solicitation will not be issued. This solicitation is a Request for Quote (RFQ) using FAR Parts 12 and 13 procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-86. The North American Industry Classification System (NAICS) code for the proposed acquisition is 334516, Analytical Laboratory Instrument Manufacturing. The associated small business standard is 500 employees. This requirement is for full and open competition. Part 2 -Supplies or Service and Prices/Cost 2.1 Contract Type: Firm-Fixed Price 2.2 Pricing Table Base Pricing Manufacturer Product Code Description Quantity Price Bench-top Inductively Coupled Plasma Quadrupole Mass Spectrometer (ICP-MS) System and accessories Shipping Installation and training One (1) year warranty on parts and labor Total Firm-Fixed Price Option Pricing Option Period Description Price 1 Preventative Maintenance Agreement 2 Preventative Maintenance Agreement 3 Preventative Maintenance Agreement 4 Preventative Maintenance Agreement Total Firm Fixed Price The total price for the base and four option years is _______________. Part 3- Description/Specifications 3.1 Background CFSAN has a requirement for an instrument capable of determining element concentrations and accurate element ratios at low concentration. An instrument equipped with both a reaction cell and also the ability to use kinetic energy discrimination will provide the agency with the capability for achieving lower detection limits and higher accuracy in determining element concentrations in complex food matrices. High sensitivity and interference rejection capabilities are important not only for the determination of nutritional and toxic elements, but also for other elements that may be present at very low concentrations such as the rare earth elements. These other elements may be used in special analyses for determining country of origin, contamination source assessment, product adulteration and product authentication. The instrument shall have a fully developed software package to allow the instrument to perform up to its design specifications and make for an easy interface for the operator and ESI NWR 193 laser ablation system. The ICP-MS will be used primarily for laser ablation ICP-MS analysis, other methods of concentration quantification, and for single particle ICP-MS analysis (spICP-MS). The new instrument shall be able to measure and report signals on a fast time scale. The system shall also have a software module/interface for ESI NWR 193 laser ablation system. The proposed instrument is required to continue and to expand the efforts of the FDA to protect the U.S. food supply and to respond to emergencies in a timely and accurate manner. 3.2 Statement of Work The contractor shall furnish the necessary personnel, material, equipment, and services to fabricate, install and test one (1) Bench-top Inductively Coupled Plasma Quadrupole Mass Spectrometer (ICP-MS) System with the specified system accessories, which meets or exceeds the specifications listed below The instrument shall be a newly manufactured unit, not used and refurbished or previously used for demonstration. The life cycle of this instrument is intended to be greater than ten years at full performance. The entire system must be warranted for parts and labor for one (1) year from the date of installation. Software updates to be furnished at no additional cost during the warranty period. Technical support shall be furnished at no additional cost during the warranty period. 3.3 General System Specifications • System shall include a liquid sample introduction cassette, 27 MHz RF plasma ion source, a collision/reaction cell to eliminate spectroscopic interferences using either collision gases with KED and/or Reaction Mode, quadrupole mass filter, simultaneous dual stage discrete dynode detector, under computer control. • Fully automated system startup, shutdown and optimization. • Manual optimization of sample introduction, ion lenses and collision/reaction cell. • Quadrupole resolution settings are dynamically scanned as each element is analyzed. • High mass range shall be at least 260 amu or greater. • Modem or TCPIP monitoring of system diagnostics for remote service trouble shooting and remote operation of system. • All analytical system operations shall be able to be performed using a single software program. • Full system shall use single-phase power and remains in specification as laboratory temperature varies 10 to 35°C at up to 2°C per hour. Specific Subsystem Requirements Sample Introduction shall include: • Close coupled, software controlled integrated peristaltic pump. • Fully automated X, Y, Z torch alignment. • The system shall have at one additional mass flow controller for Ar gas dilution, oxygen or helium addition. Ion Source and RF plasma system shall include: • Computer controlled 27 MHz generator operating from 500 to 1600 watts. • The RF generator which electrically decouples the plasma from the ion optics and allows independent adjustment of the ion optic parameters and the plasma conditions. Plasma Interface shall include: • Design with rapid mounting and removal cones, easily accessible from the front of the instrument. • Ion lens with 90 degree bend or off-axis trajectory of ions into mass spectrometer. System shall include a Cell described below: • System shall incorporate a collision/reaction cell offering three modes of operation: Standard Mode, Collision Cell Mode with KED and Reaction mode with the ability to utilize a wide variety of gases for the life of instrument with no degradation to the gas channels, turbo pump or cell. • The collision cell should have a minimum of two gas channels equipped with mass flow controllers. • In Standard Mode: a. Cell shall be able to operate with no gas and no energy barrier for optimal signal-to-noise performance on elements with no interferences. • In Collision Cell Mode: a. Cell shall be able to operate as a passive ion guide with an energy barrier at the cell exit for kinetic energy discrimination. • In Reaction Cell Mode: a. The Cell shall be capable of reducing the intensity of isobaric and polyatomic interfering species by up to 10 orders of magnitude. Quadrupole Mass Analyzer Assembly shall meet the following: • The quadrupole shall: a. Operate with dwell times as short as 0.1 ms b. Operate with Peak hop settling time < 1 ms regardless of mass change c. Offer mass range to m/z = 260 for separation of actinides • Stability of the quadrupole mass calibration and resolution shall be maintained by having critical parts of the quadrupole power supply temperature controlled. • The analyzer quadrupole shall have the ability to discretely control the resolution of selected mass regions dynamically, without affecting the overall nominal resolution of the system for non-"custom-controlled" mass regions. Ion Detector Assembly shall meet the following: • The ion detector shall be a simultaneous dual-stage discrete dynode electron multiplier, providing element concentration calibration over 9 orders of magnitude (from 1 cps to > 1e9 cps) dynamic range in a single scan using both analog and pulse ion counting mode, and offer protection against overload in both pulse counting and analog modes. The detector shall: a. Provide a dead time < 35 ns b. Provide switching between pulse or analog in < 1 ms c. Provide transient data acquisition up to 10,000 data points / sec d. Provide dynamic range to 1.0 GHz (1.0 e9 cps) • The dual-stage detector assembly shall come standard with the system. Vacuum System shall meet the following: • The vacuum system shall consist of multi-stage vacuum system utilizing a turbo molecular pump to maintain vacuum at 1e-6 Torr (or lower), includes vacuum chamber isolation valve which automatically closes as plasma is extinguished or with system faults. • The pumping system shall have enough capacity to reach operating vacuum from atmosphere in less than 120 minutes. • In the event of vacuum failure, the entire vacuum system shall be automatically back-filled by inert gas to preserve the cleanliness of the system. • Turbo molecular vacuum pump shall be purged by an inert gas during operation to prevent damage by reactive gases and/or corrosive vapors such as those generated by the analysis of phosphoric acid. System Controller and Operating System shall meet or exceed the following: • 64 bit computer operating system. • Color graphics monitor and high capacity printer. System Software shall include: • Routine Maintenance Alerts; scheduled user defined alerts for continued operations. • Automated quality control checking features. • Quantitative analysis including external calibration, additions (matrix matched) calibrations, method of standard additions, isotope ratios and isotope dilution's and semi quantitative analysis. • All analytical raw data shall be retained and stored on hard disk to prevent tampering. • QC protocol limits on measured values, allowing the analyst to define when and how an action is taken, and to specify a second QC action for automatic operation in the event that the first action fails. • Data reprocessing on stored data without re-running samples for changes of calibration points, internal standard points or curve fit mode. Software Application Add-on Modules Laser ablation ICP-MS application modules shall be available. The module shall allow interface with ESI NWR 193 laser ablation system. The modules shall provide 2-way communication between laser ablation and ICP-MS systems. The software shall provide time-resolved data acquisition and time resolved data analysis. Algorithms for processing of time-resolved data should be included with the software. Integration of time resolved laser ablation data shall be available as well as selection of background regions in the same sample analysis. The system shall be equipped with an intelligent rinse feature capable of monitoring the backgrounds during rinsing between the samples in time resolved mode. The software should provide entire sample batch data export compatible Iolite and Glitter software packages. Instrument Performance Specifications: The instrument shall meet the following minimum performance requirements. 1. Sensitivity in solution mode in millions of counts per second per part per million (Mcps/ppm). Element Sensitivity (Mcps/ppm) Lithium 50 Indium 200 Uranium 200 Arsenic (collision/reaction mode) 1 2. Background signal a. background signal at mass 4.5: < 0.5 cps b. background signal at mass 220: < 0.5 cps 3. Short term stability (10 x 1 minute repeats): a. Li, Co, In, U: < 2% RSD 4. Long term stability (120 x 1 minute repeats): a. L, Co, In, U: < 3% RSD 5. Polyatomic interferences: a. Oxides, CeO/Ce: < 2% b. Doubly charged, Ba++/Ba: < 3% 6. Linearity: A linear range from 1cps to 1x109 cps 7. Memory, sample washout for In < 0.1% within 30 sec 8. Abundance sensitivity for U a. low mass < 1 x 10-6 b. high mass < 5 x 10-7 Isotope ratio precision 107Ag/109Ag < 0.2% 9. In LA-ICP-MS mode the following specification shall be provided using a NIST 612 glass SRM at 20um/s scan speed, 60um spot size, 20 Hz repetition rate a. In no gas mode, UO/U < 0.4%, 0.9<Th/U<1, sensitivity for Sr > 300000cps, for U > 300000cps, for Li > 50000 cps. Using high sensitivity optimization, provide actual intensities in cps obtained durung the experiment for Li7, Cr52, Fe56, Co59, As75, Sr88, Cd111, In115, Pb208, Th232, U238, U238O16. Using the same optimization parameters, provide also background intensities (gas blank) for Li7, Cr52, Fe56, Co59 As75, Sr88, Cd111, In115, Pb208, Th232, U238, U238O16. b. In collision cell mode (using He as collision gas) and using high sensitivity optimization, provide actual intensities in cps obtained durung the experiment for Li7, Cr52, Fe56, Co59, As75, Sr88, Cd111, In115, Pb208, Th232, U238, U238O16. Using the same optimization parameters, provide also background intensities (gas blank) for Li7, Cr52, Fe56, Co59 As75, Sr88, Cd111, In115, Pb208, Th232, U238, U238O16. 3.4 Installation, Training and Warranty Requirements The offeror shall install the ICP-MS system at the location listed in Part 4 no later than three (3) months (3) after contract award. Installation, at a minimum, shall include uncrating/unpacking of all equipment, rigging, set-up and hook-up of the system, demonstration of all specifications, and removal of trash. The ICP-MS system shall include an operations and maintenance manual covering proper operation, routine maintenance, and trouble shooting for the instrument and controlling software. All manuals and documentation on the instrument shall be provided in hard copy and electronic format. The offeror shall conduct one (1) training session for up to four (4) technical personnel at FDA CFSAN location. The training shall provide a thorough demonstration of all system/solution functions, maintenance, data administration, basic troubleshooting and hardware/software operation. The training shall be completed at CFSAN Building CPK 1, 5100 Paint Branch Parkway, College Park MD 20740, immediately after installation/set-up and demonstration of performance specifications, but shall be completed no later than 90 days after installation. The offeror shall warrant the entire system for a period of at least one (1) year from acceptance by FDA. The warranty shall include: • unlimited telephone/e-mail support for questions regarding operation • onsite visits for diagnosis of problems and repairs inclusive of all parts, labor, and travel expenses at no additional cost to the FDA • onsite service rendered under the warranty shall be completed within 5 business days of request by Government, unless otherwise authorized 3.5 Optional Service/Maintenance Agreement The FDA shall have a unilateral right to exercise optional periods to continue the maintenance work described below. Maintenance and service shall include: • Software updates during the service agreement period • Technical phone support • Onsite visits for diagnosis of problem and repairs inclusive of all parts, labor, and travel expenses • Service rendered under agreement shall be completed within 5 business days of request by Government, unless otherwise authorized. The optional period of performance, if exercised, shall commence as follows: Option Period of Performance Option Period 1: Service/Maintenance Agreement To begin 1st year following receipt of equipment Option Period 2: Service/Maintenance Agreement To begin 2nd year following receipt of equipment Option Period 3: Service/Maintenance Agreement To begin 3rd year following receipt of equipment Option Period 4: Service/Maintenance Agreement To begin 4th year following receipt of equipment
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-RFQ-1160166/listing.html)
 
Place of Performance
Address: US Food & Drug Administration, CFSAN/CCB, 5100 Paint Branch Parkway, College Park, MD 20740, United States
Zip Code: 20740
 
Record
SN04025136-W 20160221/160219234408-b75770745b8b105e74f00d2dc8227ae0 (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.