Tandem Inductively Coupled Plasma Mass Spectrometer (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 United States Geological Survey, Geology, Geophysics, and Geochemistry Science Center (GGGSC), Denver, CO has the requirement to purchase a tandem inductively coupled plasma mass spectrometer (ICP-MS/MS). The instrument will be used for laser ablation ICP-MS trace element and isotopic analyses for a wide variety of applications as part of the Mineral Resources Program and Earth MRI. This instrument will expand capabilities of the existing ICP-MS for laser ablation ICP-MS analyses to accommodate Earth MRI samples.
B. Background:
Within the GGGSC the USGS-LTRACE laboratory provides laser ablation ICP-MS analyses on a wide variety of minerals, glasses and other materials related to the Nation’s mineral resource deposits. This lab and collaborating projects have developed several methods for Re-Os and Lu-Hf dating of mineral phases to better understand critical mineral formation and require ICP-MS/MS to measure these isotopic systems. These analyses directly contribute to the Mineral Resources Program and the characterization of ore deposits for critical elements.
C. Minimum Specifications for a tandem-inductively coupled plasma-mass spectrometer (ICP-MS/MS):
1. The ICP-MS shall include the RF plasma ion source, ion extraction with two lenses for greater tuning flexibility, collision/reaction cell to eliminate spectroscopic interferences using either collision gases or pure reaction gases such as hydrogen, helium, oxygen, ammonia, nitrous oxide, etc., two quadrupole mass filters – one before and one after the collision cell and a dual-mode, electron multiplier detector.
2. The detector shall be a discrete dynode electron multiplier detector with at least 11 decades of dynamic range and the ability to force detector mode to Analog mode of ion detection.
3. The collision / reaction cell must have an Axial Acceleration function to increase sensitivity in reaction mode and control the production of higher order ion byproducts from reaction gases.
4. The ICP-MS must receive trigger signals from a laser ablation system as a 5 V TTL signal to start acquisition of data.
5. The ICP-MS shall also include all peripherals for the collision / reaction cell gases including: stainless steel tubing, gas regulators for helium, hydrogen, oxygen and NH3/He mixture, a gas filter kit for helium and hydrogen gases to further purify contaminants. The collision / reaction cell must have at least 4 mass flow controllers to allow a mixture of reaction / collision cell gases.
6. The RF plasma shall be able to handle a wide range of solid samples from laser ablation (LA) with minimal matrix effects and contamination on the interface region after the plasma decomposition. The RF source shall be frequency matching.
7. The ICP-MS must have a control software for operation of the instrument and collection of data. The software must allow for monitoring signal continuously in a real-time-display for manual tuning with laser ablation sample introduction. The software must allow for manual tuning of ion peak widths and positions. The software must allow customized tuning reports, pulse to analog counting factor isotope lists and export of data in time-resolved format (e.g., .csv file).
8. The ICP-MS shall be able to be operated fully automated, without user supervision, for the automatic analyses of up to 1000 samples in a single session from an Elemental Scientific, a Teledyne (including CETAC and Photon Machines) or Australia Scientific Instruments (Resonetics) LA system.
9. High mass range shall be at least 270 amu or greater.
10. The ICP-MS shall have a fully automated X, Y, Z torch alignment.
11. The system shall not include an autosampler for liquid sample introduction.
12. The system shall be supported for factory authorized warranty for 12 months from the date of Acceptance.
13. The performance of the ICP-MS should be > 200 Mcps/ppm for 7Li, >700 Mcps/ppm for 89Y, <0.2 cps background for 238U all in solution mode.
14. The system shall have an oil free, dry pump for roughing pump to assist the turbo molecular vacuum pumps.
(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 24, 2025 at 2:30 p.m. Mountain Daylight Time (MDT). 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.