SOURCES SOUGHT
66 -- 66--High Resolution Chemical Ionization Spectrometer
- Notice Date
- 6/18/2024 5:06:06 AM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- HEADQUARTERS ACQUISITION DIV (HQAD) WASHINGTON DC 20460 USA
- ZIP Code
- 20460
- Solicitation Number
- 68HERH24Q0085
- Response Due
- 7/5/2024 2:00:00 PM
- Archive Date
- 06/18/2025
- Point of Contact
- Bivins, Marneice, Phone: 202-564-4513
- E-Mail Address
-
Bivins.Marneice@epa.gov
(Bivins.Marneice@epa.gov)
- Description
- Title: HIGH RESOLUTION CHEMICAL IONIZATION-TIME OF FLIGHT MASS SPECTROMETER CI-ToF MS AMENDMENT TO SOURCES SOUGHT NOTICE (SSN) This amendment updates the PSC code to 6640 � Laboratory equipment and supplies, and also re-attaches the PWS, in addition to providing details of the PWS in the description of this SSN for reference. GSA SOURCES SOUGHT NOTICE REFERENCE NUMBER RFQ170924 This procurement is for one (1) high-resolution Chemical Ionization � Time of Flight (CI-TOF) mass spectrometer with H3O+ and CH3I reactors (sources) for real-time air pollutant, hazardous air pollutant, and PFAS analysis. The instrumentation will primarily be used to conduct air monitoring for the Superfund Removal and Remedial Programs, Emergency Response and Homeland Security activities throughout the country to meet OLEM�s programmatic needs. The instrumentation will be installed in the Environmental Response Team (ERT) Trace Atmospheric Gas Analyzer (TAGA) mobile laboratory currently located in Las Vegas, NV. Installation will be undertaken at the vendor�s facility. Subsequently, the Las Vegas TAGA mobile laboratory will be returned to Las Vegas, NV. The U.S. Environmental Protection Agency (EPA) is issuing this Request for Information (RFI)/Sources Sought Notice (SSN) as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for the U.S. Environmental Protection Agency, Headquarters Acquisition Division 1200 Pennsylvania Avenue NW, Washington DC 20460. The resultant contract vehicle will support the Environmental Protection Agency (EPA) field laboratories in accordance with the attached Performance Work Statement (PWS). The Government will evaluate market information to ascertain potential market capacity to identify sources with the capability to satisfy the PWS requirements and obtain any feedback (i.e., comments, questions, concerns) from the industry regarding the PWS or subject prospective procurement. Therefore, the results of this market research will contribute to determining the availability of capable sources and the method of procurement. Both large and small business firms may provide a response to this notice. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334516 � Mass spectroscopy instrumentation manufacturing, with a size standard of 1,000 employees. Please note that the NAICS code for the solicitation may be subject to change based on the outcomes of responses to this notice. To promote increased competition. BASED ON THE RESPONSES TO THIS RFI/SSN/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to organizations regarding their submission in response to this notice. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for quotes or proposals. Submission of any information in response to the notice is voluntary, and the Government assumes no financial responsibility for any costs incurred. A draft Performance Work Statement (PWS) is provided as an attachment to this RFI/SSN and detailed below in this SSN. The contractor shall be required to furnish the necessary supplies and equipment to perform the PWS. If your organization has the potential capacity to perform these contract services, please provide the following information: PWS / CAPABILITY STATEMENT REQUIREMENTS All capability statements shall: Include company name, address, Unique Entity Identifier (UEI), phone, and principal owners including partners, subcontractors, and/or joint venture arrangements. Include business classification(s) based on the NAICS in this announcement. Specify if your firm is a small business concern and what socioeconomic classifications are applicable (i.e., women-owned, small, disadvantaged business, HubZone, etc.). Please provide thorough documentation and evidence of your company�s capacity to supply the laboratory equipment specified in the attached draft SOW. Please avoid using excessive marketing language, submitting fancy brochures, unnecessary sales literature, and exaggerating product claims. Capability statements shall be responsive to all information items requested herein to allow for an accurate business assessment. NOTE: Standard brochures and paraphrasing of the PWS will not be considered a sufficient response to this notice. Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements, and no telephone calls and/or requests for a solicitation will be accepted. OPTIONAL CAPABILITY STATEMENT INFORMATION Respondents are invited but are not required, to suggest other NAICS codes that may be appropriate for this requirement. The Government will consider suggested NAICS codes in determining the NAICS code to be used for the competitive solicitation. The NAICS code to be used in the competitive solicitation will be based on the Government�s determination of the most appropriate NAICS code for the requirements described in the PWS. Respondents are also invited but are not required, to provide feedback (i.e., comments, questions, concerns) regarding the SOW or subject prospective procurement with their capability statement submission. SUBMISSION INSTRUCTIONS: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this RFI/SSN, by 5:00 PM ET on July 5, 2024. All responses under this RFI/SSN shall be in a searchable PDF file format (a single file) that can be printed on 8.5� x 11� size paper and must be free from viruses or password protection. The Government is not responsible for receipt of corrupted files, and therefore, will not attempt to recover the file. All responses under this RFI/SSN must be submitted under this posting through. In order to submit a response through FedConnect interested parties must first be registered in FedConnect and have access to the FedConnect website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnect technical questions please call the FedConnect Help Desk at (800) 899-6665 or email at support@fedconnect.net. Only emailed submissions are permitted to the following point of contacts: Marneice Bivins � email address: bivins.marneice@epa.gov or Tammy Austin � email address: austin.tammy@epa.gov. The required elements of the acquisition are listed below. Operational specifications: � High resolution chemical ionization-time of flight mass spectrometer CI-ToF MS o Ruggedize CI-ToF MS system capable of operations in a mobile laboratory while in motion, where shocks from road travel are common and at times severe as well as experiencing variable climate control o Mass resolving power (FWHM, mass/charge 107 Th) to 10000 Th/Th or greater. o Mass range to 4000 Th or greater. o Intensity dynamic range greater than 104 in 1 second o Time response less than 100 milliseconds o Sensitivity with H3O Reactor (source) for xylene of greater than 30000 cps/ppb at mass resolving power 10000 Th/Th. o Limits of detection with H3O Reactor (source) (3 sigma LOD, xylene): < 10 ppt in 1 second, < 1 ppt in 1 minute. o Sensitivity with CH3I Reactor (source) for levoglucosan greater than 30000 cps/ppb at mass resolving power 10000 Th/Th. o Limits of detection with CH3I Reactor (source) (3 sigma LOD, levoglucosan): < 10 ppt in 1 second, < 1 ppt in 1 minute. � Reactor (source) capable of generating positive ions via H3O+ and two (2) additional reagent ions o Reagent ion switching NO+ � Allows CI real-time reagent ion switching o Reagent ion switching NH4+ or O2� Allows CI real-time reagent ion switching � Reactor (source) with one reagent ion - Generate both positive and negative reagent ions o Reagent ion CH3I Physical specifications: � Mass less than 175 Kg � Dimensions less than 50 cm x 65 cm x 150 cm � Power less than 1100 W (at peak) using 100-240 VAC, 50/60 Hz, single phase � External electrical connections (minimum or equivalent): 2x COM, 2x CAN, 2x Ethernet, 1x USB3, 3x USB2, 1x 4CHDO, 1x 4Ch DI, 2x Wifi, 1x HDMI, 12 V for touch screen, 1x 240V/120V � Gas connections (minimum or equivalent) 1x 1/4"" Swagelok, 1x 1/8"" Swagelok, 1x KF25 (exhaust) � Standby valve to allow servicing of reaction cell hardware without venting � to minimize pump down time and damage to the analyzer Mass Analyzer Hardware: � High transmission, differentially pumped interface between reactor (source) and mass analyzer with multi-frequency quadrupole ion guide and ion focusing lenses (or equivalent) � Time-of-flight (TOF) mass analyzer with MCP detector (or equivalent) � 4-stage turbo pump, fore pump, pressure measurement system (or equivalent) � System controller for pumps, pressures, valves, heaters Interchangeable Chemical Ionization (CI) Reactors (Sources): � Reactors (sources) for different ionization techniques � Total time to interchange reactors should be less than 30 minutes, between shutdown and start-up � Integrated software control and monitoring of all reactor parameters Calibration � Integrated, automated calibration of external gas standard with a dilution of up to 1:500 (into reactor (source) directly � Integrated, automated calibration of external gas standard with a dilution (varies with system) (into the air stream) directly � Zero-air gas generator - Compact, continuous ultra-clean air production using a platinum catalyst to maintain the sample matrix and humidity of the processed air (or equivalent). Data Acquisition and Software � Instrument control and data acquisition software for multi-dimensional data acquisition � Real-time mass calibration updating using a continuously introduced standard at a known concentration (e.g., 1,4-iodobenzene) � Real-time compound calibration and insertion of the response factors into the real-time data acquisition program with control of the y-intercept and display of statistical data associated with the calibration curves, whether the standards are introduced into the source or air stream. � Real-time compound quantification and qualification of target compounds using normalization of reagent ions (real-time data processing software) � Autotuning software � Touch-screen monitor, keyboard, and mouse � Multiple licenses for any required software � Integration and control of additional data streams possible (e.g., GPS, meteorology, cavity ringdown spectrometer, photos, etc.) � Detailed, extensive, and complete written documentation (along with video tutorials) on system/software operation, maintenance, data acquisition, data reduction, data presentation via the web in real time Instrument Acquisition and Control Computer � Computer with processor and memory capabilities to perform all operations without issues at less than 50% capacity and able to operate in environments between 0oC to 40oC with relative humidity between 0% to 95% � Processor: i5-6200U with 16 GB DDR3L-1600 MHz memory or equivalent (minimum) � 1 x 2.5"" 128 GB Innodisk SD; 1x M.2 (2290) 1 TB Samsung SSD or equivalent (minimum) � Intel HD Graphics 520 or equivalent (minimum) � Network: 1 x Intel I211 Gigagbit Ethernet or equivalent (minimum) � 1x Inetl I219 Gigabit Ethernet or equivalent (minimum) � Computer operations and instrument control over internet for remote operation/diagnostics/software updates with high-speed communication � Computer programs reside in memory � External frame mounting hardware for PC monitor, system hardware displays or diagnostic screens, zero air generator Accessories � Toolkit � Reusable, ruggedized instrument shipment case with minimal disassembly for the CI-ToF MS. � Moisture-proof and dust-proof hard case for additional reactor source components suitable for extended storage and air freight shipping Mobile mounting � Mounting system for mobile applications to dampen sudden and severe vibrations that are experienced during travel Instrument Training � Training at instrument�s installation facility by subject matter experts Extended Warranty/Support � Two additional years warranty for instrument and accessories � Annual technical and application support for two years
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/17097b67cf994900b9abaf5f83fb30a2/view)
- Record
- SN07101628-F 20240620/240618230120 (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 |