MULTICOLLECTOR ICP-MS
THIS IS A SOURCES SOUGHT NOTICE ONLY FOR MARKET RESEARCH PURPOSES.
THIS IS NOT A REQUEST FOR PROPOSAL (RFP), REQUEST FOR QUOTATIONS (RFQ) OR INVITATION FOR BID (IFB).
NO FORMAL SOLICITATION IS BEING REQUESTED UNDER THIS NOTICE.
This Sources Sought Notice is for market research purposes to identify interested firms for the potential requirement detailed below. The North American Industry Classification System (NAICS) code is 334516 (Analytical Laboratory Instrument Manufacturing) and the size standard is 1,000 employees. The Government will review the information requested in this announcement to determine the type of set-aside (if any) for this requirement, should it come to fruition.
NOTE 1: The Buy American Act (41 U.S.C. 8301-05) is the primary federal procurement law providing a preference for domestic goods and manufactured products. As such, the USGS is seeking information on sources that can supply the described instrument either mined, produced or manufactured in the U.S. in sufficient and reasonably available commercial quantities of satisfactory quality.
A. Introduction:
The U.S. Geological Survey (USGS) Mercury Research Laboratory (MRL) at Upper Midwest Water Science Center, Madison, WI has a requirement to purchase one (1) new multicollector inductively coupled plasma mass spectrometer (MC-ICP-MS) to ensure highest quality data can be provided to ongoing contractual and research projects and to expand analytical capabilities to meet the needs of future investigative studies.
B. Background:
The USGS Mercury Research Lab is a complete and full-service operation in the laboratory and out in the field.
The USGS Mercury Research Lab is a complete and full-service operation. We specialize in methyl and total mercury concentration analyses on most environmental matrices. We also measure stable mercury isotopes on amended or natural samples. Other services include select ancillary variables, in-lab filtration, and sample lyophilization & homogenization.
C. Minimum Specifications for a multicollector-inductively coupled plasma-mass spectrometer (MC-ICP-MS):
1. Must include desolvating nebulizer system with software-controlled gas flows (e.g., Elemental Scientific APEX Q)
2. Must have a minimum of 4 mass flow controllers to regulate argon gas flow to the inductively coupled plasma (ICP) and frontend components including cool (0-20 l/min), auxiliary (0-2 l/min), nebulizer (sample gas) (0-2 l/min), and additional supplement or add gas (0-2 l/min).
3. Gas flow rates must be fully adjustable through software controls in the user interface.
4. Must have an argon inductively coupled plasma ion source with a digital solid state 27 MHz radio frequency (RF) generator.
5. RF power must be adjustable between 400 and 1800 W.
6. Must be compatible with nickel Jet sample cone and X skimmer cone.
7. Software control of skimmer valve that defaults to close when plasma is off or in the event of power failure.
8. Ion optics must have double focusing forward Nier Johnson geometry with 2x magnification.
9. Must include a dry vacuum pump system.
10. Vacuum system must have pressure gages for real time monitoring vacuum in the interface, electro-static analyzer (ESA), and analyzer regions of instrument.
11. Must have a high-capacity interface pump capable of supporting the turbo pumps and evacuation of the interface region.
12. Baking system must have all heaters and cooling fans integrated into the instrument enclosure.
13. Baking system procedure fully controlled through instrument software.
14. Faraday cup array must be able to cover isotope systems from lithium to plutonium.
15. Must have at least 11 Faraday cups with a single fixed central Faraday cup and 10 Faraday cups capable of moving without restriction in movement.
16. Cup positioning must be fully automated and controlled through software.
17. Must have software controlled optimization of collector configurations.
18. Must include at minimum 11 1011 ¿ amplifiers with 100 V dynamic range.
19. Electronic gain calibrations with amplifier specific calibration currents must be automated.
20. Must be able to easily change amplifier to cup connections across the detector array.
21. Amplifier housing must be fully evacuated and temperature controlled.
22. Instrument software must have the ability to fully control instrument startup, optimization, tuning, methods, sample sequencing, data acquisition, and data reporting.
23. Data must be output as text or comma separated value (csv) files.
24. Must include an autosampler that can be controlled directly in instrument control software.
25. Software must support third party hardware including desolvating nebulizers (e.g., Elemental Scientific APEX Q) and autosamplers (e.g., Elemental Scientific ESI SC DX).
26. Must include a water chiller with sufficient cooling capacity for instrument.
27. Must include a power conditioner with sufficient capacity to support the MC-ICP-MS
28. Must include a 12-month warranty that includes all parts and labor.
29. Must include instrument installation, testing and instrument familiarization training.
(End of Minimum Specifications)
All business concerns who believe they can responsibly provide this type of product must submit the following information to the Contracting Officer:
1. The firm shall specify the brand name product and manufacturer that meets the minimum specifications listed above along with product specification sheet and product brochure.
2. For supply/equipment requirements, business responses shall include the place of manufacturing/country of origin (manufactured outside of US or manufactured in the US) per NOTE 1 above.
3. The firm shall specify that they are either:
3.1 An Indian Small Business Economic Enterprise (ISBEE), small business, 8(a), HUBZone, SDVOSB, etc. and Or
3.2 Other than small business under the NAICS Code listed in the announcement.
3.3 The firm shall provide a point of contact name and e-mail information, and SAM.gov (Unique Entity ID (UEI), and must be registered and active in System for Award Management (SAM).
NOTE 2: All information submitted in response to this announcement is voluntary ¿ the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Materials submitted to the Government for review will not be returned. Respondents will not be notified of the results of the evaluation. This is NOT a Request for Proposal (RFP), Request for Quotations (RFQ) or Invitation for Bid (IFB). The Government does not intend to award a contract based on responses received under this announcement.
NOTE 3: In order to be responsive to this Notice, a firm shall provide the appropriate documentation for consideration by March 3, 2025 at 2:30 p.m. (MST). Responses that do not comply with these procedures will not be considered.
Inquiries will only be accepted by e-mail to Lisa Williams at ldwilliams@usgs.gov.