FORMAL REQUEST FOR QUOTES · disabled, disabled business enterprises and non-profit work centers...

13
FORMAL REQUEST FOR QUOTES For Inductively Coupled Plasma Mass Spectrometer Issue Date: August 3, 2020 Sealed bids due Date and Time: September 1, 2020 1:00 pm local time At which time Sealed bids will be open Mail or Hand-Deliver to: City of Statesville Bid opening location Public Utilities-Water Resources Attention: Brandy Johnson 693 Bell Farm Rd Statesville, NC 28625 Inquiries in writing due: August 17, 2020 by 2:00 pm local time Email: [email protected] Reply by Addendum: August 18, 2020 by 2:00 pm local time Will post to our website at: https://www.statesvillenc.net/cms/One.aspx?portalId=9409791&pageId=15015657

Transcript of FORMAL REQUEST FOR QUOTES · disabled, disabled business enterprises and non-profit work centers...

Page 1: FORMAL REQUEST FOR QUOTES · disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled. 8. AWARD OF CONTRACT: Quotes will be evaluated,

FORMAL REQUEST FOR QUOTES

For

Inductively Coupled Plasma Mass Spectrometer

Issue Date: August 3, 2020

Sealed bids due Date and Time: September 1, 2020 1:00 pm local time

At which time Sealed bids will be open

Mail or Hand-Deliver to: City of Statesville

Bid opening location Public Utilities-Water Resources

Attention: Brandy Johnson

693 Bell Farm Rd

Statesville, NC 28625

Inquiries in writing due: August 17, 2020 by 2:00 pm local time

Email: [email protected]

Reply by Addendum: August 18, 2020 by 2:00 pm local time

Will post to our website at:

https://www.statesvillenc.net/cms/One.aspx?portalId=9409791&pageId=15015657

Page 2: FORMAL REQUEST FOR QUOTES · disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled. 8. AWARD OF CONTRACT: Quotes will be evaluated,

REQUEST FOR QUOTES

Sealed Bids will be due: 9/1/2020 by 1:00 pm Local time

Purchasing Inquiries:

Eva Mendez 704-878-3416

Department: Public Utilities / Water Resources

Technical Inquiries: Brandy Johnson 704-878-3438

Email: [email protected] Email: [email protected]

NOTICE TO BIDDERS

It is the intent of this Sealed bid invitation to obtain quotes/proposals for supplying the materials, supplies, equipment and/or

professional services listed on the Cost Sheet. You must be in strict compliance with the specifications and offer the same or equal if

so proposed. Any additions terms and conditions regarding specifications by the offeror shall have no force or effect.

EXECUTION

In compliance with this Request for Bids, and subject to all the conditions herein, the undersigned offers and agrees to furnish and

deliver any or all items/services upon which prices are offered.

Failure to execute/sign proposal prior to submittal shall render proposal invalid. Late proposals are not acceptable.

VENDOR: PHONE NUMBER:

TYPE OR PRINT NAME & TITLE OF PERSON SIGNING: FAX NUMBER:

AUTHORIZED SIGNATURE: DATE: E-MAIL:

ACCEPTANCE OF PROPOSAL

If any or all parts of this proposal are accepted, a purchase order will be issued to the vendor within 30 days of proposal.

INSTRUCTIONS FOR PROPOSALS

1. READ, REVIEW AND COMPLY: It shall be the offeror’s responsibility to read, review and comply with all requirements specified herein.

2. NOTICE TO OFFERORS: By execution and delivery of this document, the offeror agrees that any additional terms and conditions, whether submitted purposely or inadvertently, shall have no force or effect.

3. TIME FOR CONSIDERATION: Unless otherwise indicated, the offer shall be valid for 30 days from the date of proposal opening.

4. SPECIFICATIONS: Specifications for equipment contained in ATTACHMENT A.

5. CLARIFICATIONS/INTERPRETATIONS: Any and all questions regarding this document must be addressed to Brandy Johnson at [email protected] no later than Monday, August 17, 2020 prior to 2:00 pm local time.

6. ACCEPTANCE AND REJECTION: The City of Statesville reserves the right to reject any and all proposals, to waive any informality in proposals and, unless otherwise specified by the offeror, to accept any item in the proposal.

7. HISTORICALLY UNDERUTILIZED BUSINESSES: Pursuant to General Statute 143-48 and Executive Order #150, The City of Statesville invites and encourages participation in this procurement process by businesses owned by minorities, women, disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled.

8. AWARD OF CONTRACT: Quotes will be evaluated, and acceptance will be made of the best and lowest proposal most advantageous to the City of Statesville.

9. TAXES: Sales tax should not be included in any proposals and will not be included on City Purchase Orders. Sales tax should be included on and will be paid from vendor invoices. Proposals shall not include any Federal Excise tax.

City of Statesville

693 Bell Farm Rd

Statesville, NC 28625

Page 3: FORMAL REQUEST FOR QUOTES · disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled. 8. AWARD OF CONTRACT: Quotes will be evaluated,

10. TERMS AND CONDITIONS: By bidding of these items, vendor, contractors, and/or subcontractors affirm they have read and accept our Purchasing Terms and Conditions. Our Terms and Conditions can be found at

https://www.statesvillenc.net/cms/One.aspx?portalId=9409791&pageId=15015663

Page 4: FORMAL REQUEST FOR QUOTES · disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled. 8. AWARD OF CONTRACT: Quotes will be evaluated,

CITY OF STATESVILLE – WATER RESOURCES REQUEST FOR QUOTES

Inductively Coupled Plasma Mass Spectrometer

The City of Statesville hereby solicits and is accepting Sealed bids for Inductively Coupled Plasma Mass Spectrometer

The following subjects are discussed in the Request for Quotes to assist statement preparation.

I. Scope of Work

II. Required Insurance

III. Selection Process

IV. Submittal

I. Scope of Work:

Bidder shall provide pricing for the installation, set up, training for and purchase of an ICP Mass Spec that meets the specifications

listed in ATTACHMENT A. Ability to provide Service contract for ICP Mass Spec and ancillary equipment preferred.

II. Required Insurance:

1. Worker’s Compensation Insurance in accordance with statutory coverage required by the State of North Carolina and

Employers’ Liability Insurance with limits not less than the greater of State of North Carolina requirements of $1,000,000 and,

where applicable, insurance in compliance with any other statutory obligations, whether State or Federal, pertaining to the

compensation of injured employees assigned to the work.

2. Commercial General Liability with limits not less than $1,000,000 per occurrence and $2,000,000 Aggregate for Bodily Injury and

Property Damage, including coverage for Premises and Operations Liability, Products and Completed Operations Liability,

Contractual Liability, Broad Form Property Damage Liability and Personal Injury Liability.

3. Commercial Automobile Liability on all owned, non-owned, hired, and rented vehicles with limits of liability of not less than

$1,000,000 Combined Single Limit for Bodily Injury and Property Damage per each accident or loss.

4. Umbrella/Excess Liability insurance coverage of not less than $1,000,000 per occurrence and annual aggregate providing

coverage in excess of General Liability, Auto Liability, and Employers Liability.

5. Professional Liability Insurance with limits of not less than $1,000,000 per claim and $1,000,000 aggregate, subject to the

maximum deductible $10,000 per claim.

Each policy, of insurance required by this section shall provide for no less than 30-days advance notice to the City of Statesville prior

to cancellation.

In addition, the City, its officers, employees, and volunteers shall be named as “Additional Insured” by all contractors and

subcontractors and a “Waiver of Subrogation” shall be included in favor of the City. The insurance shall be placed with insurers with

a Best’s rating of at least VII. Certificates of insurance, including all these requirements, are required prior to signature of the

contract.

III. Selection Process:

The basis of award will be to the firm meeting bid specifications at the best price.

The City of Statesville hereby notifies that will affirmatively ensure that in any agreement entered into pursuant to this invitation,

minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be

discriminated against on grounds of race, color, sex, religion, or national origin in consideration for an award. The City of Statesville

is an Equal Opportunity Employer and does not discriminate against any person, firm partnership, or organization as it pertains to

race, color, religion, sex, age, national origin, marital status, sexual orientation, medical condition, physical handicap or disability, or

any legally protected class. Any person, firm, partnership, or organization contracting with or doing business with the City of

Statesville shall be in conformity with the City’s policy on non-discrimination.

Page 5: FORMAL REQUEST FOR QUOTES · disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled. 8. AWARD OF CONTRACT: Quotes will be evaluated,

IV. Submittal

Sealed bids are due to the City of Statesville on September 1, 2020 by 1:00 pm Local Time at which time Sealed Bids will be opened.

Sealed Bids may be mailed or hand-delivered to:

City of Statesville Public Utilities – Water Resources Attn: Brandy Johnson 693 Bell Farm Road Statesville, NC 28625 (704) 878-3439

Inquiries regarding the bid shall be emailed to Brandy Johnson at [email protected] no later than Monday, August 17, 2020

prior to 2:00 pm local time. The City of Statesville will reply to all questions/inquiries by addendum no later than Tuesday, August 18,

2020 prior to 2:00 pm. The addendum will be posted on our website at:

https://www.statesvillenc.net/cms/One.aspx?portalId=9409791&pageId=15015657

The City of Statesville reserves the right to reject any and all bids.

Brandy Johnson

Lab Supervisor

Page 6: FORMAL REQUEST FOR QUOTES · disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled. 8. AWARD OF CONTRACT: Quotes will be evaluated,

Attachment A

Inductively Coupled Plasma Mass Spectrometer System must meet the following: General System Specifications:

• System must include liquid sample introduction system, RF plasma ion source, Quadrupole based Universal Cell to eliminate interferences.

• System must use a single mixed gas of Helium and Hydrogen for KED and DRC mode operation within the same method all under computer control. System must also be able to run using pure reactive gases such as Methane and Oxygen if need in the future for interference removal.

• System must also include quadrupole mass filter, Quadrupole Ion Deflector, simultaneous dual stage discrete dynode detector and a triple cone interface, all under computer control.

• System must include fully automated system startup, shutdown and optimization and computer-controlled instrument tuning for optimum performance.

• Quadrupole must be able to scan a minimum of 5000 amu/sec to achieve maximum productivity from transient signals when jumping between light masses and high masses.

• Quadrupole resolution settings must be dynamically scanned as each element is analyzed.

• High mass range must be at least 285 amu or greater.

• Must have the ability to use remote diagnostic services.

• Must include real time remote diagnostics software. This software must monitor the performance of the instrument and report data daily to the instrument manufacturer and allow the instrument manufacturer to diagnose issues before they become a problem. This should be free during the warranty period. This service must also be available under a service contract post warranty. This service must monitor at least 11 parameters. 3 days of diagnostics data must be stored locally.

• All analytical system operations from component optimization to methods development to calibration to analysis to reports must be able to be performed using a single software program.

• Full system must use single-phase power and remains in specification as laboratory temperature varies 10 to 35°C at up to 2°C per hour.

• System must be fully compliant with US EPA methodology for Method 200.8 and Method SW 846-6020.

• ICP-MS system must have a full color plasma view window for useful visuals on the sampler cone, plasma color and injector tip.

• Unit must be a bench top design with a utility free rear, enabling it to be placed directly against the wall (some service procedures may require movement from wall).

• System must incorporate a QID (Quadrupole Ion Deflector) with a Triple cone interface.

• There should be no need to clean any components after the cones by the user or a service engineer for the lifetime of the instrument. This would include extraction lenses, focusing lenses, collision cells, octupoles or main filtering quadrupole.

• System must not require any maintenance (cleaning) or replacement of: Extraction lenses, main filtering quadrupole, collision cell, collision/reaction cell or universal cell for the system’s lifetime by the user or the manufacturer’s service engineers. * Instrument manual documentation required.

Page 7: FORMAL REQUEST FOR QUOTES · disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled. 8. AWARD OF CONTRACT: Quotes will be evaluated,

2

Sample Introduction must include:

• For general sample workload, low flow (0.25 ml/minute) sample introduction system: nebulizer, cyclonic spray chamber with Matrix gas port, and quartz injector.

• Waste saving low flow uptake nebulizer, designed to handle user defined applications.

• An All Matrix System (AMS) for running high dissolved solids. The gas flow for the AMS must be computer controlled. This is a gas dilution technology and must be included.

• Must be able to handle dissolved solids of 25% and provide greater than 200X gas dilution capabilities.

• Close coupled, 3-channel integral peristaltic pump, computer controlled, must be integrated within the ICP-MS system.

• Design where components are mounted outside the torch enclosure to eliminate the need for extraneous spray chamber cooling hardware and for easy access of alternate components and accessible from the front of the instrument The sample introduction components must be accessible from the front of the instrument.

• Spray chamber must not include or require cooling to run EPA methods 200.8 and 6020.

• Cassette style torch mount where entire torch and injector assembly can be easily removed together with one hand.

• Gas connections must be made by simply inserting the sample introduction system. Must not have to connect aux and plasma gases on torch side arms.

• Fully automated one touch X, Y, Z torch alignment.

Ion Source and RF plasma system must include: • Computer controlled 34 MHz RF generator operating from 500 to 1600 watts for

automatic control of torch ignition, shutdown, and system warm up.

• Design where the load coil does not require any cooling such as water or gas.

• Must incorporate a LumiCoil design for a maintenance free RF load coil. Maintenance free means coil will never need replacing or cleaning by end user or service engineer.

• RF Generator which does not require an impedance matching network and providing for adaptation to any change in plasma impedance within 50 nanoseconds.

• RF generator which electrically decouples the plasma from the ion optics and allows independent adjustment of the ion optic parameters and the plasma conditions.

• Design that does not require plasma “screens” or “shields”.

• RF generator must incorporate PlasmaLok technology that allows operation without having to use plasma “screens” or “shields”.

Plasma Interface must include:

• A Triple cone design consisting of Sampler, Skimmer and Hyper-skimmer cones with all cones at ground potential (do not require voltages to meet specifications).

• Design should not require any charged extraction lenses which create higher backgrounds for elements such as Li, B, K, Na Ni and Pt.

• Standard large orifice sampling and skimmer cones with 1.1- and 0.9-mm diameters respectively.

Page 8: FORMAL REQUEST FOR QUOTES · disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled. 8. AWARD OF CONTRACT: Quotes will be evaluated,

3

• Design with rapid mounting and removal cone design, easily accessible from the front of the instrument.

• Quadrupole Ion Deflector (QID) for complete separation of ions from photons and neutrals with 90-degree bend of ions into Universal Cell, making everything such as the cell and mass analyzing quadrupole completely maintenance free. Orthogonal deflection device must ramp voltage (not use simple fixed voltage) in concert with Main filtering quadrupole to provide maximum ion transmission without the use of extraction lenses.

System must include a Universal Cell described below: • System must be able to run drinking water methods using no gases in standard mode for

EPA drinking water methods.

• System must be able to use a single mixed gas of Helium and Hydrogen running in Collision cell mode and Dynamic reaction cell mode for the best operation when running natural and wastewater samples. This must be a dual mode method only, using Collision and DRC mode only and utilizing one gas.

• System must incorporate a Universal Cell offering three modes of operation: Standard mode, Collision mode and Dynamic Reaction Cell mode.

• Universal cell must have a quadrupole within the cell for high and low bandpass tuning and for reducing sensitivities on selected elements (EDR-Extended Dynamic Range).

• The system must have Extended Dynamic Range that can operate in standard, collision and DRC mode – The system must have a quadrupole in the Universal Cell to detune the signal response of selective elements to enable incorporation of high concentration elements (outside of the system’s 10 orders of dynamic range from 0.1 cps to > 1e9 cps) into a single analysis. This will allow the user to see very low PPB levels of elements and in the same analytical run see 100’s of PPM of other elements. This should not require any changes in gas flows, which would prolong the run.

• The Cell must have Axial Field™ Technology (AFT) to ensure the integrity of a single ion pulse (plume) and optimized ion passage time.

• In Standard Mode: a. Universal Cell must be able to operate with no gas and no energy barrier for optimal

signal-to-noise performance on elements with no interferences.

• In Collision Cell Mode: a. Universal Cell must be able to operate as a passive ion guide with an energy barrier at

the cell exit for KED.

• In Dynamic Reaction Cell Mode: a. The band pass on the Universal Cell must have the ability to provide both high

mass and low mass cutoffs. b. The Universal Cell shall provide a user selectable mass band pass window that is

variable in resolution and mass position. The mass band pass window shall be dynamically scanned in concert with the quadrupole mass spectrometer during analysis of samples.

Page 9: FORMAL REQUEST FOR QUOTES · disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled. 8. AWARD OF CONTRACT: Quotes will be evaluated,

4

c. There should be an accelerating voltage across the Universal Cell, to control the speed of the ions through the cell.

d. The user must be able to set the high and low mass cutoffs of each element within the same method individually.

e. The velocity of the ion beam through the reaction cell shall be controlled by the selection of voltages on the entrance and exit plate of the cell.

f. The Universal Cell must be able to use pure reaction gases such as pure oxygen or pure methane and mixed gases. The flow and optimization of the gases shall be under full operator control.

g. The Universal Cell shall be capable of reducing the intensity of isobaric and polyatomic interfering species by up to 10 orders of magnitude.

Quadrupole Mass Analyzer Assembly must meet the following: • The quadrupole must:

a. Be able to scan up to 5000 amu per second b. Operate with dwell times as short as 0.1 ms c. Operate with Peak hop settling time < 0.2 ms regardless of mass change d. Operate with peak hop slew speeds up to 1.6M amu/sec e. Offer mass range to m/z = 285 for separation of actinides

• Stability of the quadrupole mass calibration and resolution must be maintained by having critical parts of the quadrupole power supply temperature controlled. In this configuration, the quadrupole power supply will be unaffected by fluctuations in laboratory temperature as specified above.

• The analyzer quadrupole must have the ability to discretely control the resolution of selected mass regions dynamically, without affecting the overall nominal resolution of the system for non-“custom-controlled” mass regions.

Ion Detector Assembly must meet the following: • The ion detector must be a simultaneous dual-stage discrete dynode electron multiplier,

providing element concentration calibration over 10 orders of magnitude (from 0.1 cps to > 1e9 cps) dynamic range in a single scan using both analog and pulse ion counting mode, and offer protection against overload in both pulse counting and analog modes. The detector must: a. Provide a dead time < 35 ns b. Provide switching between pulse or analog in < 0.2 ms c. Provide transient data acquisition up to 5000 data points / sec d. Provide dynamic range to 1.5 GHz (1.5 e9 cps)

• The dual-stage detector assembly must come standard with the system.

Vacuum System must meet the following:

• The vacuum system must consist of four stage vacuum system utilizing a triple inlet turbo molecular pump to maintain vacuum at 1e-6 Torr (or lower) and includes a vacuum chamber isolation valve which automatically closes when the plasma is extinguished or with system faults. The pumping system shall have enough capacity to reach operating vacuum from atmosphere in less than 20 minutes.

• In the event of vacuum failure, the entire vacuum system must be automatically back filled with argon to preserve the cleanliness of the system.

Page 10: FORMAL REQUEST FOR QUOTES · disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled. 8. AWARD OF CONTRACT: Quotes will be evaluated,

5

• Turbo molecular vacuum pump must be purged by argon gas during operation to prevent damage by reactive gases and/or corrosive vapors such as those generated by the analysis of phosphates.

• Computer controlled single roughing pump must utilize ultra-long life PFPE (Fomblin) fluid and automatically shift into energy saving mode when the plasma is off.

System Software must include:

• Must include real time remote diagnostics software. This software must monitor the performance of the instrument and report data on a daily basis to the instrument manufacturer and allow the instrument manufacturer to diagnose issues before they become a problem. This should be free during the warranty period. This service must also be available under a service contract post warranty. This service must monitor at least 11 parameters. 3 days of diagnostics data must be stored locally.

• Routine Maintenance Alerts; scheduled user defined alerts for continued operations.

• Instrument software must run using Windows 10.

• Method Development wizards.

• Pre-set methods

• Automated quality control checking features included at no charge.

• The system software shall support the following calibration curve fit modes for Quantitative analysis: a. Linear least squares. b. Weighted linear least squares. c. Linear forced-through-zero least squares. d. Method of standard additions (Matrix Matched calibration) e. Additions calibration.

• Real time graphics with ability to display transient and continuous signal profiles.

• Quantitative analysis including external calibration, additions (matrix matched) calibrations, method of standard additions, isotope ratios and isotope dilution’s and semi quantitative analysis.

• All analytical raw data must be retained and stored on hard disk, encrypted to prevent tampering per US EPA requirement to support a complete data audit trail.

• Per EPA methods requirements the time and date must be printed on each sheet of data generated by the system printer.

• Per EPA methods requirements, the quadrupole must be able to be tuned or mass calibrated on a minimum of 5 elements (Be, Co, In, Mg, Pb), providing a printed mass calibration report with all elements.

• QC protocol limits on measured values, allowing the analyst to define when and how an action is taken, and to specify a second QC action for automatic operation in the event that the first action fails.

• On-line help with quick steps to reference entire instrument user manual.

• Data reprocessing on stored data without re-running samples for changes of calibration points, internal standard points or curve fit mode. Must be able to reprocess while the instrument is running samples.

• Computer controlled automatic selection of Universal Cell gas when mixed modes are specified within a single method.

• Computer controlled automated optimization of Universal Cell gas flow.

Page 11: FORMAL REQUEST FOR QUOTES · disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled. 8. AWARD OF CONTRACT: Quotes will be evaluated,

6

• System must be capable of supporting a syringe-pump based auto dilution system.

• The software must support auto dilutions by both a global dilution factor and serial dilutions for samples out of range.

• Must include offline software for reprocessing of data, creating methods and sample files while the instrument is running samples.

• Must include a data viewer that puts the data into a simple to read column/row format similar to an Excel file.

Software Application Add-on Modules

• Chromatography and Single Particle ICP-MS (SP-ICP-MS) application modules must be available.

• Chromatography module must allow the user to fully control both the HPLC modules as well as the ICP-MS functions.

SP-ICP-MS module must allow users to determine several important nanoparticle (NP) characteristics such as:

a. Simultaneous determination of the dissolved (or ionic) and particulate fraction in a given

sample

b. Inorganic composition

c. NP concentration (Number of particles / mL)

d. NP size

e. Size distribution (size histogram)

The SP-ICP-MS module must provide the user with:

• Real time nanoparticles visualization

• Fast continuous data acquisition (with no settling (or overhead) time between consecutive readings)

• Dwell time as low as 10 µs

• Acquisition rate of 6 Million data points per min

• NP particle size calculation based on peak area integration

• Individual particle signal profiling

• Interface that eliminates the need for labor-intensive data processing by summarizing the above-mentioned characteristics and allowing for easy reprocessing and export to Microsoft Excel.

PC Specifications or comparable:

• Windows 10 Computers Dell OptiPlex XE3 Windows® 10 (64-bit)

• Processor Intel Core i5-8500

• Memory 8GB (1x8GB) 2666MHz DDR4 UDIMM Non-ECC Memory

• HDD Size/HDD Spindle 1TB 7.2k RPM SATA 6Gbps

• Mechanical Package 360W Standard Power Supply, USA Power Cord

• Audio Internal Speaker

• Graphics Intel Integrated Graphics

• Keyboard Dell KB522 Wired Multi-Media Keyboard <Local Language> - Black

• DVD R+/-W DVD-RW Drive (Reads and Writes to DVD/CD)

Page 12: FORMAL REQUEST FOR QUOTES · disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled. 8. AWARD OF CONTRACT: Quotes will be evaluated,

7

• Mouse Dell MS116 Wired Mouse, Black

• WWAN Intel Dual Band Wireless AC 9560 (802.11ac) 2x2 + Bluetooth 5

• Integrated Ethernet Integrated Ethernet

• Warranty 3-Year On-site Intl. Delivery

• Custom Image Win10 – 2019 – LTSC / IoT / Embedded

• Notes: 3- RS232 ports (1 off main board; 2 on add-in card) 10 – USB Ports: 1 x USB

Type-C 3.1 Gen 2

• 5 x USB 3.1 Type-A (1 front, 4 rear)

• 4 x USB 2.0 Type-A (2 front, 2 rear)

• 24 inch LED Wide Screen Flat Panel Monitor

Auto sampler options must meet the following: • The system must include a random-access auto sampler capable of holding 2 trays of 60

each 15 ml sample tubes. System must have a separate tray that holds 10 each 50 ml tubes.

• The system must include an ESI SC2 FAST Autosampler.

• ESI SC2 Fast must have dual rinse.

• ESI SC2 must be capable to be upgraded to an ESI SC2 FAST system.

Miscellaneous: • Must include 5.0 kVA Line Conditioner that will protect the ICPMS and Vacuum pump

from power line issues. • Must include Brother HL-5X00D Laserjet Printer. • Must include vacuum pump noise enclosure to reduce noise by 75%. • Must include dolly for vacuum pump and enclosure. • Must include closed loop chiller and chiller fluid. • Must include a D30” x W35” x H29” rolling bench capable of holding the instrument.

Bench must include 2 shelves of 12”x30” and 18”x30” to hold the ESI SC2 autosampler of other items. Shelves must be able to be fitted on one side or both sides of the cart.

• Bench must have an alcove for storing the chiller or vacuum pump under the bench to reduce the noise from the chiller and save lab space.

• Must include 3 days of on-site training and method set up on EPA methods 200.8 and 6020.

• Must include 1-year warranty

• Must include tuition for 2 people for a 5-day off-site training. Manufacturers training site must be within a 6-hour drive of Greensboro, NC. Vendor must supply closest location for off-site training facility.

• Vendor must have at least 2 factory trained service engineers located within 100 miles of Statesville, NC.

• Must include all solutions needed to test the instrument during installation to verify it meets factory specifications.

• Must include He 2 stage Ultor Regulator. • Must include ELGA PURELAB Option Q7(with boost) Water filtration system. • Price must include delivery to customer site. • Must include consumables to include the following:

Page 13: FORMAL REQUEST FOR QUOTES · disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled. 8. AWARD OF CONTRACT: Quotes will be evaluated,

8

Description

Qty

Fixed 2.0 mm Injector Quartz Torch

(Blue Mark) 2

Torch Injector Nut 2

Glass Cyclonic High Sensitivity Spray Chamber with Matrix Gas Port

1

Threaded Spray Chamber Drain Line 2

Nickel Skimmer Cone 2

Nickel Sampler Cone 2

Hyper Skimmer Cone 1

Sampler Cone Gasket 3

Hyper Skimmer O-Ring 2

Gray/Gray Pump Tubing 2

Gray/Gray Pump Tubing MP2 2

Flared PVC 0.51 mm Orange/Yellow Pump Tubing

4

Drain Tubing (6 feet) 1

Sample Uptake Tubing 12

Sample Introduction Line for PFA-ST Nebulizer

1

Sample Introduction Line for Concentric Nebulizer

1

Female Barb CTFE Fitting 4

Male Barb CTFE Fitting 4

Instrument Filter (Left) 2

Instrument Filter (Right) 2

Instrument Filter (Rear) 2