Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 30, 2020 SAM #6636
SPECIAL NOTICE

66 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT � ULTRA PERFORMANCE LIQUID CHROMATOGRAPHY/PHOTODIODE ARRAY (UPLC/PDA) AND ULTRA PERFORMANCE LIQUID CHROMATOGRAPHY/PHOTODIODE ARRAY/MASS SPECTROMETRY/ MASS SPECTROMETRY (UPLC/PDA/MS/MS)

Notice Date
1/28/2020 8:15:10 AM
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NSWC CRANE CRANE IN 47522 USA
 
ZIP Code
47522
 
Solicitation Number
N0016420SNB25
 
Response Due
2/11/2020 2:00:00 PM
 
Archive Date
02/26/2020
 
Point of Contact
SHELBY CRAIG
 
E-Mail Address
shelby.craig@navy.mil
(shelby.craig@navy.mil)
 
Description
N0016420SNB25 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT � ULTRA PERFORMANCE LIQUID CHROMATOGRAPHY/PHOTODIODE ARRAY (UPLC/PDA) AND ULTRA PERFORMANCE LIQUID CHROMATOGRAPHY/PHOTODIODE ARRAY/MASS SPECTROMETRY/ MASS SPECTROMETRY (UPLC/PDA/MS/MS) � FSC 6630 - NAICS 334516 Issued Date: 28 JAN 2020 - Closing Date: 11 FEB 2020 MARKET SURVEY - SOURCES SOUGHT SYNOPSIS: �The Government is issuing this RFI/sources sought announcement as part of a market survey. �Naval Surface Warfare Center (NSWC), Crane Division is seeking information from industry pertaining to a UPLC/PDA for use to separate and characterize complex chemical mixtures.� This effort is underway to gauge potential interest, establish the current state of industry, and assist in specification refinement and validation. Below are the specifications for the UPLC/PDA: Salient Characteristics UPLC/PDA The Ultra Performance Liquid Chromatography (UPLC) system must be able to operate and maintain pressure at or above 1300 Pound per Square Inch (PSI). The UPLC system must include an autosampler. The autosampler must be able to uptake and inject sample volumes as small as 3uL. The autosampler compartment must be temperature controlled. The autosampler must be able to hold a minimum of 48, 2.00mL vials samples. The Injection needle must have a method of self-cleaning to prevent sample contamination. The column compartment must be temperature controlled. All instruments and components must be new and from the original manufacturer. The equipment purchase must come with a service contract for all main components, and maintenance support must be certified by the manufacturer.� The Photodiode Array (PDA) must be able to measure absorbance from 200nm to 800nm. The UPLC pumping system must be at minimum a binary system. UPLC must be able to operate in the pH range from 2 to 12. The UPLCs must be identical for both the UPLC/PDA and UPLC/PDA/MS/MS. Manufacturer must be able ship UPLC/PDA to Naval Surface Warfare Center, Corona Division, Detachment Seal Beach (California) and UPLC/PDA/MS/MS to Naval Surface Warfare Center, Crane Division (Indiana). Manufacturer must offer maintenance support to both Naval Surface Warfare Center, Crane Division (Indiana) and Naval Surface Warfare Center, Corona Division, Detachment Seal Beach (California). Multiple day training for at least four people must be offered by the manufacturer for both the UPLC/PDA and UPLC/PDA/MS/MS systems. Software must be compatible with Windows 10. Manufacturer must be able to provide an onsite visit for method development. Instrumentation must include all required software to operate each system and component of the UPLC/PDA and UPLC/PDA/MS/MS. UPLC autosampler must be able to perform auto-dilution. UPLC column compartment must be temperature controlled. UPLC system must have column usage tracking technology. Manufacture must be able to support extended warranties after purchase.� Manufacture must be able to perform manufacture installation of all equipment at both Seal Beach, CA and Crane, IN locations Below are the specifications for the UPLC/PDA/MS/MS: Salient Characteristics UPLC/PDA/MS/MS Note: The Ultra Performance Liquid Chromatography/ Photodiode Array/Mass Spectrometry/Mass Spectrometry (UPLC/PDA/MS/MS) must include all of the same characteristics as the UPLC/PDA above and additionally it must meet the following criteria. The Mass Analyzer must be able to perform with a high resolving power (>40,000 Full Width at Half Mass (FWHM)). The dynamic range of the mass spectrometer must be up to four orders of magnitude. Mass Spectrometer must have a collision cell and be able to perform MS/MS product ion scanning. All Tubing within the UPLC and MS must be free of fluoride containing compounds (i.e Teflon, viton, or polyetheretherketone (PEEK)). The Mass Spectrometer must be able to quantitatively determine concentrations of plasticizers down to 100 ppb with linearity coefficients greater than 0.995. Mass Spectrometer must be able to qualitatively detect concentrations of fluoride containing (pre- and polyfluoroalkyl substances, PFAS) compounds down to parts per trillion. Manufacturer must have user software that supports the understanding and identification of molecular structure of compounds in matrix systems based on the mass structures. All software must be compatible with multiple UPLC/PDA/MS/MS libraries such as EPA and pre- and polyfluoroalkyl substances (PFAS) libraries. Software must be able to perform calibration and determine sample concentration using both PDA and MS/MS data. Instrumentation package must come with vacuum pump and nitrogen generator to support MS/MS. Mass spectrometer must have the capability to eliminate neutral ions Mass Spectrometer must come with a source that can perform both electrospray ionization (ESI) and Atmospheric Pressure Chemical Ionization (APCI) simultaneously, without having to change the source. Mass spectrometer must be able to readily accommodate different commercially available sources of ionization. Including Desporption Electrospray Ionization (DESI), Direct Analysis in Real Time (DART), NanoESI, Unispray, ESI, APCI, and ESCi Mass spectrometer must come equipped with an Electro-Spray Ionization Source that is capable of ionizing a broad range of compounds. Instrument must be able to perform Multiple Reaction Monitoring (MRM). Instrument must be able to perform a full mass scan. Instrument must be equipped with an internal calibration standard. Instrument must have the ability to perform alternate scans between low and high collision energies (MSE). Mass Spectrometer must be able to measure a mass range from m/z 20 to 100,000. Mass sensitivity mode must be greater than 30,000 FWHM Manufacture must be able to support extended warranties after purchase.� This submission may be in the form of product literature, operating instructions, and/or supplemental technical documentation that define the item(s) and associated hardware. �Potential sources should also provide any test results on the item(s) if applicable.� Submissions may be sent by any government or non-governmental entity including commercial firms, non-profit organizations, and institutions of higher education with degree-granting programs in science and/or engineering (universities), or by consortia comprising such concerns. Responses from Small and Small Disadvantaged Business firms are highly encouraged. �Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. Responses to the RFI shall include the following: Submitter's Name Street Address, City, State, NINE-Digit zip code Point of Contact (POC) POC Telephone and facsimile numbers Announcement Number: N0016420SNB25 Contractors must be properly registered in the Government System for Award Management database (SAM). �Offerors may obtain information on SAM registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at www.sam.gov. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. �This sources sought synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. �The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. �Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. White papers may be submitted any time prior to expiration of this announcement. �The following e-mail point of contact is provided for information regarding the subject RFI:� Ms. Shelby Craig; Shelby.Craig@navy.mil All changes that occur will be posted to the beta.SAM.gov website. Please refer to announcement number N0016420SNB25 in all correspondence and communications.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/609d8ce98cc043eea249658393172853/view)
 
Record
SN05545059-F 20200130/200128230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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