Pyrolysis Gas Chromatography
THIS REQUEST FOR INFORMATION IS FOR PLANNING PURPOSES ONLY. THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE U.S. GOVERNMENT FOR ANY PURPO... THIS REQUEST FOR INFORMATION IS FOR PLANNING PURPOSES ONLY. THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE U.S. GOVERNMENT FOR ANY PURPOSE OTHER THAN MARKET RESEARCH. FURTHER, THE GOVERNMENT IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. THE GOVERNMENT IS IN NO WAY LIABLE TO PAY FOR OR REIMBURSE ANY COMPANIES OR ENTITIES THAT RESPOND TO THIS ANNOUNCEMENT. NO CONTRACT SHALL BE AWARDED FROM THIS MARKET RESEARCH. The Materials Engineering Division's Analytical Laboratory, a part of the Naval Air Warfare Center - Aircraft Division (NAWC-AD, Patuxent River, MD), supports Navy In-Service Engineering, Acquisition, and Science & Technology programs in the characterization, optimization and development of aerospace materials. Many investigations involve the rapid identification of unknown non-volatile contaminants relevant to Navy aircraft. Materials typically analyzed include polymers, paints, coatings, rubbers, adhesives, sealants, elastomers, fibers, composites, and resins. Therefore, there is a critical need for procurement of a pyrolysis-gas chromatograph tandem mass spectrometer (py-GC-MS/MS). As the py-GC-MS/MS will support unpredictable, urgent, and high-priority projects throughout NAWC-AD, a highly versatile, user-friendly, and multi-functional system is required. The system shall support thermal desorption and evolved gas analyses, single/double-shot pyrolysis experiments, heart-cut analyses, conventional headspace techniques, ultraviolet (UV)-based experiments, and standard liquid auto-sampling testing. This inquiry shall serve as an opportunity for contractors to provide a turnkey py-GC-MS/MS (and its corresponding supporting hardware / software) that is in accordance with the requirements and specifications provided herein. The NAICS code for this procurement is 334516 - Analytical Lab Instruments Manufacturing. The PSC code for this procurement is 6630 - Chemical Analysis Instruments. Only new equipment shall be considered for this procurement. Contractors shall provide information verifying their system meets or exceeds the following Navy requirements. •(1) The pyrolysis gas chromatograph triple quadrupole mass spectrometer (py-GC-MS/MS) shall: •a. Be capable of evolved gas, single-shot pyrolysis, double-shot pyrolysis, heart-cut, thermal desorption, ultraviolet-based, headspace, and conventional liquid auto-sampling experiments capabilities. •b. Support both electron ionization and chemical ionization sources. •c. Be capable of operating in both single (Q) and triple quadrupole (QQQ) modes. •d. Contain a self-cleaning ion-source capability. •e. Contain a sleep function to minimize helium gas usage. •f. Accommodate a flame ionization detector (FID) and an electron capture detector (ECD) in addition to the standard mass spectrometer detector interface. •g. Contain leak-free capillary connections that can split to multiple detectors. •h. Include the most recent NIST and Wiley EI/CI spectral libraries (including NIST MS Search and AMDIS). •i. Include polymer and additive libraries that contain thermograms, pyograms, mass spectra, and chromatograms. •j. Have a mass scanning range up to 1040 m/z or better. •k. Have a software function that implements dynamic multiple reaction monitoring (dMRM) methods. •l. Have software with a unique search algorithm designed specifically for the identification of unknown polymeric materials with minimal dependence on experimental condition variations. Software shall include capability to perform searches across multiple libraries. •m. Have software able to generate custom in-house spectral libraries. •n. Include multiple ultra-inert high temperature columns ideal for polymeric analyses. •o. Accommodate a sideways pyrolyzer installation (if necessary) to permit space for headspace capability and/or liquid autosampler. •p. Contain a microjet cryotrap with a 30 L liquid nitrogen container (with roller base). •q. Contain a vent-free adapter. •(2) The pyrolyzer system shall: • i. Include a multi-shot capability with an autoshot sampler. • ii. Be able to switch between two different gases. • iii. Come with a 1-year consumables spare kit and sample preparation kits ideal for polymer analysis. • iv. Interface with a micro-UV irradiator and a multi-sample UV irradiator. • v. Accommodate micro-thermal desorption and solid phase extraction experiments. • vi. Contain a 3-way switch valve. •(3) Support equipment shall include: •a. A hand held electronic leak detector. •b. A ceramic cutter for GC columns and special tool for cutting metal GC columns. •c. Triple clean gas purifiers (hydrocarbon, moisture and oxygen contamination) for all gases. •d. Multiple sets of ultra-inert inlet liners. •e. Stainless steel gas liners. •f. All necessary gas regulators (including for CI gases) and Swagelok consumables. •g. A sensitive comparator with a maximum capacity of >5 grams and a readability of 0.2 micrograms or better. •h. A solid instrument cart / table to fit py-GC-MS/MS and support equipment. •i. A data acquisition system with Windows 10 operating system, necessary LAN switch, DVD/CD-RW drive, dual monitors, and a printer. Note: Computers will not have internet access. •(4) Installation and Training •a. The contractor shall install and ensure the instrument is fully operational in accordance with their listed detection limit verification checkout specifications. •b. The contractor shall perform familiarization and on-site training at NAWC-AD, Patuxent River, MD. This familiarization training shall include GCMS, GC-MS/MS, pyGCMS, UV-py-GCMS, headspace-GCMS, and standard liquid auto-sampling basic operation. •c. The contractor shall provide a more detailed hands-on training/course on GCMS and py-GCMS method development, operation, troubleshooting and maintenance. This training can be held at the contractor's location, but shall be performed on an identical system (both hardware and software). •d. The contractor shall also provide a detailed hands-on training/course for tandem GC-MS/MS method development, operation, troubleshooting and maintenance. This training can be held at the vendor location, but shall be performed on an identical system (both hardware and software). •(5) Warranty •a. The contractor shall provide at least a one-year warranty for all equipment, which covers all parts, labor, and travel. The warranty shall commence upon a successful installation and training checkout. •(6) Optional Items - The following items are preferred but are not required: •a) Available GCMS methods (EPA, OSHA, etc...), equipment, and/or sampling techniques relevant to the characterization and detection of per- and polyfluoroalkyl substances. •b) A zero-gas air generator (in-house compressed air available) and a hydrogen gas generator (with water purifier if necessary). •c) Second data acquisition system with necessary software license(s) to be used solely for data analysis (i.e. not for GCMS operation). •d) Mobile office workstation for data acquisition system(s). •e) A vibration resistant instrument cart / table to fit py-GC-MS/MS and support equipment. •f) UPS for tandem mass spectrometer, gas chromatogram, pyrolyzer and/or computers. •g) Silent/oil-free vacuum pump with spare O-ring(s). Finally, the Materials Engineering Division's Analytical Laboratory collaborates with multiple Navy sites where Agilent GCMS capabilities have already been established. Data-compatibility and the ability to cross-talk between these instruments is critical and directly impacts fleet readiness and warfighter survivability/availability. Therefore, the GC-MS/MS system shall be compatible in form fit and function with these existing Agilent GCMS systems. Interested parties may identify their interest and capabilities via response to this requirement. Responses shall include all applicable company product literature to verify that the above specifications have been met or exceeded. Responses shall include the company name, point of contact, address, phone number, and email address. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No request for capability briefings will be honored as a result of this notice. Responses shall be sent via email to Lisa Bethea at lisa.bethea@navy.mil with the RFQ # N68335-19-Q-0132 in the subject line. Information and materials submitted in response to this request will not be returned. Interested companies should indicate whether or not they are a small, small disadvantaged, 8(a), or large business.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »