Federal Bid

Last Updated on 12 Jul 2016 at 8 AM
Sources Sought
Location Unknown

Gas Chromatography System

Solicitation ID 16-MSHA-OTS-NAT-0153-0154
Posted Date 15 Jun 2016 at 12 PM
Archive Date 12 Jul 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Acquisition Management Branch (Wv)
Agency Department Of Labor
Location United states
I. INTRODUCTION/PURPOSE

The Mine Safety and Health Administration (MSHA) is issuing this Sources Sought Notice in accordance with FAR Subpart 5.201(c) as a means of conducting market research to identify parties having an interest in and the resources to supply the government with one or more gas chromatography (GC) systems. The results of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334513, Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables.

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.

II. BACKGROUND

The gas chromatography (GC) system(s) will support the Mine Safety and Health Administration's Mine Emergency Operations (MEO), Physical and Toxic Agents Division. The GC systems are used to quantify various components of mine gas samples.

III. OBJECTIVE

The objective of this action is to award one or more contracts for gas chromatography systems in accordance with the following specifications:

• Detection of all ten (10) of the following gases contained within a single gas sample at concentrations greater or equal to corresponding limit of detection (LOD) values as analyzed within 99.999% UHP Argon or Helium carrier gas.
o Nitrogen 100 ppm
o Oxygen 100 ppm
o Carbon dioxide 100 ppm
o Argon 100 ppm
o Methane 0.5 ppm
o Hydrogen 0.5 ppm
o Carbon monoxide 0.5 ppm
o Acetylene 0.5 ppm
o Ethylene 0.5 ppm
o Ethane 0.5 ppm

• Quantification, within +/- 5%, of all ten (10) of the following gases contained within a single gas sample at concentrations greater or equal to corresponding range values as analyzed within 99.999% UHP Argon or Helium carrier gas.
o Nitrogen 1000 ppm to 100%
o Oxygen 1000 ppm to 25%
o Carbon dioxide 1000 ppm to 100%
o Argon 1000 ppm to 100%
o Methane 1 ppm to 100%
o Hydrogen 1 ppm to 0.5%
o Carbon monoxide 1 ppm to 0.5%
o Acetylene 1 ppm to 0.5%
o Ethylene 1 ppm to 0.5%
o Ethane 1 ppm to 3%

• LOD and Quantification specifications must remain accurate for samples collected in:
o fresh air - 21% oxygen, 78% nitrogen
o mine gas - up to 99% methane
o fire suppression gases - up to 99% carbon dioxide / nitrogen

• The instrument and all associated electronics/equipment must be constructed in such a way as to be able to withstand considerable shaking and vibration during transport to and from mine sites in a Mobile Gas Laboratory.

• All carrier gas tubing and fittings are to be stainless steel.

• The analysis time shall not exceed 15 minutes for the complete suite of all ten (10) gases listed above.

• The analysis temperature shall remain isothermal during the analysis; no ramping of temperature during the analysis.

• The instrument shall operate on no more than 20 Amp, single phase, 110 Volts AC power.

• The instrument shall not exceed 27 inches high x 26 inches deep x 48 inches wide.
• Any packed column configurations can be used to separate and analyze the aforementioned gases.

• Each column network must include a pre-column assembly with backflush to remove sample contaminants including moisture, sulfur compounds, and hydrocarbon compounds with carbon chains greater than C2Hx.

• A methanizer must not be incorporated.

• At least one column network must be used to separate at least all three (3) of the following gases contained within a single gas sample for detection and quantification using an independent TCD* with UHP helium carrier/reference/makeup gas.
o Argon+oxygen
o Carbon dioxide
o Carbon monoxide
*Thermal conductivity detector (TCD) type must be a single-filament, single-column design.

• At least one column network must be used to separate at least all three (3) of the following gases contained within a single gas sample for detection and quantification using an independent TCD* with UHP argon carrier/reference/makeup gas.
o Hydrogen
o Oxygen
o Nitrogen

*Thermal conductivity detector (TCD) type must be a single-filament, single-column design.

• A flame ionization detector (FID) shall be used to quantify at least all four (4) of the following gases contained within a single gas sample.
o Methane
o Ethane
o Ethylene
o Acetylene

• A reducing compound photometer (RCP) may be used as an additional detector to quantify lower levels of hydrogen and carbon monoxide.

• Sample introduction must utilize a single-port injection sample train vented to atmosphere. The sample train will be comprised of multiple fixed volume sample loops configured in series. The total volume of sample train must not exceed 5 milliliters (mL).

• Sample introduction and backflush events will be controlled via multiple pneumatically actuated 10-port valve configurations integrated with the GC system.

• A single perpetual license of instrument control and analysis software must be provided to integrate all applicable GC system components and detectors. The software must be Windows 7 PC-based and able to compile, process, and export all sample result data to a comma separated variable (CSV) format type file. At a minimum, sample result data must include: peak name, peak area, retention time, amount, peak height, and sample ID/file name.

• All technical documentation, software, and licensing shall be provided including a detailed system configuration diagram, complete specifications, and technical repair manual for the complete GC system.

• The vendor shall participate in a post award technical review meeting. The meeting shall be scheduled with the technical point of contact within 10 business days after award of contract.

• The vendor shall supply complete design specifications to the technical point of contact for review and design approval prior to commencement of construction.

• Methodology must be complete, robust, and successfully demonstrated as a condition of acceptance for the GC system.

• The vendor shall supply the methodology, chromatograms, and analytical results used to determine the level of detection and level of quantification, demonstrating that the gas chromatograph meets the specifications.

• The vendor shall provide on-site installation and familiarization training for the GC system.

IV. CAPABILITIES STATEMENTS

If your organization has the potential capacity to perform these contract services, please provide a capabilities statement. Through narrative description, the Contractor's response must identify if there is a commercially available off-the-shelf item that will meet MSHA's need. The response should clearly indicate the brand, model number, verify that the product is new and not remanufactured, if the product is considered "grey market", and should indicate if the product is considered a "compatible product."
The following information should also be provided in response to this notice:

a. Vendor's name;
b. Vendor's address;
c. Point of contact name, telephone number, and e-mail address;
d. DUNS Number;
e. Identification of business size (small business, small disadvantaged, Small Woman-Owned Business, Small Veteran-Owned Business, Small Disabled Veteran-Owned Business, Small/Disadvantaged Business SBA 8(a) Program, (HUB) Zone small business);
f. Information on Federal Supply Schedules, Governmentwide acquisition contracts, multi-agency contracts, and any other procurement instruments intended for use by multiple agencies, including blanket purchase agreements (BPAs) under Federal Supply Schedule contracts;
g. Whether or not the vendor is the manufacturer of the product; and
h. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

V. SUBMISSION REQUIREMENTS

i. The capabilities statement should not exceed 10 pages and should be provided in a format compatible with Microsoft Office or Adobe. Vendors are also encouraged to submit product brochures and additional information on their product. These items will not be subject to a page number limitation.

ii. Responses must be submitted in writing according to the requirements outlined in this document and received via e-mail by [email protected] no later than 12:00 PM (EST) on June 27, 2016. Late responses may not be considered or evaluated.

VI. AGENCY POINT OF CONTACT

Mindy Smith
Contract Specialist
[email protected]

Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

VII. OTHER INFORMATION

All interested and qualified businesses are encouraged to respond to this notice in accordance with the instructions found herein. Responding to this notice does not guarantee an award of a contract nor does the Government guarantee that a solicitation will be issued as a result of this notice. The information provided may be used by MSHA in developing an acquisition strategy, Statement of Work, or Product Specification. The Government does not intend to award a contract based on this request or to otherwise pay for the information submitted in response to this request. Interested parties are responsible for adequately marking proprietary, restricted, or competition sensitive information contained in their response.

Bid Protests Not Available

Similar Past Bids

Pittsburgh Pennsylvania 21 Aug 2014 at 5 PM
Mills Pennsylvania 24 Aug 2012 at 5 PM
Center Kentucky 13 Sep 2018 at 2 PM
Location Unknown 06 Dec 2012 at 6 PM
Location Unknown 08 Jul 2016 at 5 PM

Similar Opportunities

Indian head Maryland 11 Nov 2028 at 5 AM
Indian head Maryland 11 Nov 2028 at 5 AM
Indian head Maryland 11 Nov 2028 at 5 AM
Columbus Ohio 14 Jul 2025 at 4 AM
Jacksonville Florida 14 Jul 2025 at 4 PM