proposals should include the pricing of the icp-ms per ... · d. vendor equipment must be fully...

18
April 17 , 2018 Request for Proposal (RFP) for Automated Inductively Coupled Plasma Mass Spectrometer System (ICP-MS) for the Advanced Water Quality Assurance Laboratory, Orange County Water District The Orange County Water District (District) is soliciting proposals from qualified vendors to purchase an ICP-MS. Background The District was formed in 1933 by a special act of the California State Legislature to protect Orange County's rights to water in the Santa Ana River and to manage this important groundwater basin. Since 1933, the District has replenished and maintained the groundwater basin at safe levels while more than doubling the basin's annual yield. This important source provides local groundwater producers with a reliable supply of high-quality water. Specifications for the IC-MS Attached as Exhibit A are SPECIFICATIONS for the ICP-MS to be purchased. Proposal Requirements Any vendor interested in submitting a proposal for the purchase of the ICP-MS instrumentation must submit a written proposal for consideration. Each proposal must meet all criteria set forth in this RFP. Submittal of the proposal is solely at the cost of the proposing vendor and the District is in no way liable or obligates itself for any cost incurred to the proposing vendor in preparing the proposal. Submission of a proposal indicates that you have read and understand the entire RFP, including all appendices,

Upload: others

Post on 18-Jun-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Proposals should include the pricing of the ICP-MS per ... · D. Vendor equipment must be fully compliant with EPA Method 200.8: Determination of Trace Elements in Waters and Wastes

April 17, 2018

Request for Proposal (RFP) for Automated Inductively Coupled Plasma Mass Spectrometer System (ICP-MS)

for the Advanced Water Quality Assurance Laboratory,

Orange County Water District

The Orange County Water District (District) is soliciting proposals from qualified vendors to purchase an ICP-MS.

Background

The District was formed in 1933 by a special act of the California State Legislature to protect Orange County's rights to water in the Santa Ana River and to manage this important groundwater basin. Since 1933, the District has replenished and maintained the groundwater basin at safe levels while more than doubling the basin's annual yield. This important source provides local groundwater producers with a reliable supply of high-quality water.

Specifications for the IC-MS

Attached as Exhibit A are SPECIFICATIONS for the ICP-MS to be purchased.

Proposal Requirements

Any vendor interested in submitting a proposal for the purchase of the ICP-MS instrumentation must submit a written proposal for consideration. Each proposal must meet all criteria set forth in this RFP. Submittal of the proposal is solely at the cost of the proposing vendor and the District is in no way liable or obligates itself for any cost incurred to the proposing vendor in preparing the proposal. Submission of a proposal indicates that you have read and understand the entire RFP, including all appendices,

Page 2: Proposals should include the pricing of the ICP-MS per ... · D. Vendor equipment must be fully compliant with EPA Method 200.8: Determination of Trace Elements in Waters and Wastes

schedules and addendums (as applicable), and that all concerns regarding the RFP have been satisfied.

Proposals should include the pricing of the ICP-MS per specifications, any taxes which apply, delivery charges, set-up charges and any surcharges/assessments of any kind. Proposals should also include warranties, response time for service, description of service included in each visit. All applicable fees should be made known to the District in this proposal. (See Exhibit A for further details.)

Questions and Answers:

All questions should be submitted in writing and addressed to Phil Harrington, by email ([email protected]). The deadline for submission of questions to be answered is April 23, 2018. Questions will not be answered by telephone communication. Written questions and answers will be provided to all potential proposers. If, after questions are presented and answered, sufficient adjustments or clarifications are identified, the District may issue an addendum to this RFP.

Proposal Submission and Deadline:

This RFP seeks the submission of proposals from all interested and qualified providers to provide the ICP-MS with specifications outlined in Exhibit A attached hereto. One proposal will be accepted from each provider. Failure of a provider to comply fully with the ICP-MS specifications in this RFP will eliminate its proposal from further evaluation, as determined in the sole discretion of the District. District reserves the sole right to evaluate the contents of proposals submitted in response to this RFP and select a provider, if any.

The proposal must be received no later than 4:00 p.m. on Friday, April 27, 2018. Proposals received after that time and date will not be considered.

All proposals must be sent to the attention of:

Bonnie Howard, Purchasing Manager Orange County Water District 18700 Ward Street Fountain Valley, CA 92708.

All materials submitted with the proposal become the property of the District and will not be returned. The proposal will become a public record subject to the disclosure provisions of the Public Records Act (Government Code Section 6250 et seq.).

2

Page 3: Proposals should include the pricing of the ICP-MS per ... · D. Vendor equipment must be fully compliant with EPA Method 200.8: Determination of Trace Elements in Waters and Wastes

Timeline:

RFP date: Question/Response: Proposal submittal date:

Selection Process

April 17, 2018 April 23, 2018 April 27, 2018

The District reserves the right to award the purchase to the provider who presents the proposal which in the judgment of the District, best accomplishes the desired results, and shall include, but not be limited to a consideration of the cost. Any such award will be made within thirty (30) calendar days of the opening of the Proposals. By submitting a Proposal, each Proposer agrees that the District, in determining the successful Proposer and its eligibility for the award, may consider the Proposer's experience, facilities, delivery abilities, conduct and performance under other contracts, financial condition, reputation in the industry and other factors which could affect the Proposer's performance under this purchase order. The District reserves the right to reject any or all proposals, to waive any informality in any proposal, and to make awards in the interest of the District.

3

Page 4: Proposals should include the pricing of the ICP-MS per ... · D. Vendor equipment must be fully compliant with EPA Method 200.8: Determination of Trace Elements in Waters and Wastes

OCWD RFP SPECIFICATIONS

AUTOMATED INDUCTIVELY COUPLED PLASMA MASS SPECTROMETER SYSTEM

(ICP-MS)

I. GENERAL REQUIREMENTS

The automated Inductively Coupled Plasma Mass Spectrometer (ICP-MS) system

shall include an Inductively Coupled Plasma Mass Spectrometer, compatible with

the laboratory's current Elemental Scientific (ESI) prepFAST 4DX autosampler

fitted with the S400V Syringe Pump. A computer workstation with high speed

printer shall be furnished and all components of the system shall be under

Microsoft Windows 10 operating system control and a one point control software

of both the ICP-MS and ESI autosampler mentioned above is required. A full set

of printed and bound hardware and software operating manuals, parts lists, and all

necessary accessories for complete installation shall be included as well as a

digital copy containing all of these requirements. It is required that the above

equipment be furnished and installed in accordance with the following

specifications:

A. All parts and components must be the most current version on the market.

B. All items and equipment offered shall be new. No used or reconditioned equipment will be accepted.

C. Factory-trained representatives will provide complete installation and service.

D. Vendor equipment must be fully compliant with EPA Method 200.8:

Determination of Trace Elements in Waters and Wastes by Inductively Coupled Plasma-Mass Spectrometry, Revision 5.4 (1994) for drinking water; wastewater

and all trace metal contaminants including mercury, whereas EPA Method 200.8

must be the primary method.

Page 5: Proposals should include the pricing of the ICP-MS per ... · D. Vendor equipment must be fully compliant with EPA Method 200.8: Determination of Trace Elements in Waters and Wastes

All responses to this bid specification shall include complete installation,

demonstration of specifications, one-year comprehensive warranty, on-site

training from a training application chemist or specialist, free technical

support via toll-free phone support hotline, and technical assistance for method

development when needed.

II. QUALIFICATIONS OF BIDDER

The bidder and its parent organization, if any, must be currently financially

solvent and must have been so during each of the last five years. The bidder must

list the number of trained service engineers located in the Los Angeles - Orange

County area capable of servicing the bided instrument, peripherals and software

components. Parts for all hardware servicing must be readily available in the

United States.

III. SPECIAL REQUIREMENTS AND GENERAL ITEMS

A. The successful bidder shall install the ICP-MS. Services of a startup engineer

shall be included in the bid price ( do not quote individual prices for startup

engineer). System performance in all modes shall meet all manufacturers'

installation specifications and must be documented before acceptance by

OCWD.

B. Successful bidder shall guarantee that the equipment purchased shall be free from defects in material and workmanship for at least one year after

acceptance. Bidder will take reasonable steps to ensure that installation

activities are performed within one month from the starting date of installation.

C. Each bidder shall furnish with the bid a complete description of all the equipment offered and instrument trade-in offers available. This shall include,

but not be limited to, a catalog description, model numbers, version numbers of

all equipment including software and firmware to be furnished, written

specifications, spare parts requiring replacement during the warranty period and recommended spare parts list.

D. Payment will not be authorized until the instrument has been demonstrated to meet all the following equipment specifications and fully accepted and signed

off by an authorized OCWD representative. In addition, the warranty period will

not begin until the instrument has been fully accepted and signed off by an authorized OCWD representative.

Page 6: Proposals should include the pricing of the ICP-MS per ... · D. Vendor equipment must be fully compliant with EPA Method 200.8: Determination of Trace Elements in Waters and Wastes

E. All equipment furnished under this request for bid shall comply with the regulations of the Division of Industrial Safety of the State of California.

F. All electrical work shall comply with State of California, Title B, CAL-OSHA Standards Board, Subchapter 5, Electrical Safety Orders as last revised and with the most current Electrical Code of the National Fire Protection Association.

G. All responses to this bid specification shall include the following items:

1. Complete installation and startup.

2. Hard and/or electronic copies of the operation and maintenance service manuals.

3. Hardware guide for troubleshooting instrument problems.

4. A one year comprehensive warranty including parts, labor, and travel.

5. Four days on site training course from a training application chemist from the vendor's training facility at the OCWD Advanced Water Quality

Assurance Laboratory. The training covers all aspects of hardware and software operation and instrument maintenance for a minimum of five (5) staff members.

H. All bidders must reply to all items listed in this document on a point-by-point basis.

IV. EQUIPMENT SPECIFICATIONS

A. GENERAL

The new ICP-MS system will be used mainly for the determination of metals, as listed in EPA Method 200.8, but with the additional capability of nanoparticle analysis to meet possible future requirements. Detection limits must meet Orange County Water District's current reportable detection limits (RDL) as follows:

Analyte Mass Re~ortable Detection Limit Aluminum 27 1 µg/L Antimony 123 1 µg/L Arsenic 75 1 µg/L Barium 137 1 µg/L Beryllium 9 1 µg/L Cadmium 111 1 µg/L Chromium 52 1 µg/L

Page 7: Proposals should include the pricing of the ICP-MS per ... · D. Vendor equipment must be fully compliant with EPA Method 200.8: Determination of Trace Elements in Waters and Wastes

Cobalt (cont'd) Analyte Copper Gadolinium Germanium Lead Manganese Mercury Molybdenum Nickel Selenium Silver Strontium Thallium Vanadium Zinc

59

Mass 63 158 72 208 55 202 98 60 82 107 88 205 51 66

1 µg/L

Reportable Detection Limit 1 µg/L 10 ng/L 0.3 µg/L (UCMR4) 1 µg/L 1 µg/L & 0.4 µg/L (UCMR4) 1 µg/L 1 µg/L 1 µg/L 1 µg/L 1 µg/L 1 µg/L 1 µg/L 1 µg/L 1 µg/L

B. INDUCTIVELY COUPLED PLASMA - MASS SPECTROMETER (ICP-MS)

The ICP-MS system shall include liquid sample introduction system, RF plasma ion source, with preferred quadrupole based correction cell to eliminate interferences using either helium collision gases with KED or pure reaction gases

such as ammonia and oxygen for DRC Mode (with Dynamic Bandpass Tuning), preferred quadrupole mass filter, simultaneous dual stage discreet dynode detector and a triple cone interface preferred, all under computer control.

1. Preferred that system be able to run at least 3 separate cell gases within the

same method.

2. Must include fully automated system startup, shutdown and optimization and computer controlled instrument tuning for optimum performance.

3. For future nanoparticle analysis, it is preferred that the quadrupole 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.

4. High mass range must be at least 260 amu or greater.

5. Modem or TCP/ IP monitoring of system diagnostics for remote service troubleshooting and remote operation of system must be available.

Page 8: Proposals should include the pricing of the ICP-MS per ... · D. Vendor equipment must be fully compliant with EPA Method 200.8: Determination of Trace Elements in Waters and Wastes

6. 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.

7. 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.

8. Must include required chiller.

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

10. 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). It is preferred that a table for the unit be furnished as well.

11. Must include dolly for roughing/vacuum pump or it should be on wheels.

12. Preferred that system design should never require any cleaning of components after the cones. System should not contain any lens, extraction lens, cell or quadrupole that ever require cleaning. Cones are at ground potential and lenses have a voltage applied.

C. REGULATORY REQUIREMENTS

1. The Inductively Coupled Plasma Mass Spectrometry (ICP-MS) instrument must comply with EPA Method 200.8 for drinking water; wastewater and all trace metal contaminants including mercury whereas EPA Method 200.8 must be the primary method.

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

3. 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.

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

5. 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.

Page 9: Proposals should include the pricing of the ICP-MS per ... · D. Vendor equipment must be fully compliant with EPA Method 200.8: Determination of Trace Elements in Waters and Wastes

D. SAMPLE INTRODUCTION

1. For general sample workload, must include a low flow (e.g., 0.25 ml/minute) sample introduction system with no o-rings: concentric nebulizer, cyclonic spray chamber, and quartz injector preferred.

2. Must include a close coupled, three-channel integral peristaltic pump, computer controlled, must be integrated within the ICP-MS system.

3. 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 to this end the sample introduction component must be accessible from the front of the instrument.

4. Design must include Peltier cooling of the spray chamber such as the PC3 sample introduction kit.

5. Must have fully automated one touch X, Y, Z torch alignment.

6. Must have fully demountable torch which allows changing of injector without torch removal.

E. ION SOURCE AND RF PLASMA SYSTEM

1. Computer controlled generator operating from 500 to 1600 watts for automatic control of torch ignition, shutdown, and system warm up.

2. The RF Generator should not require an impedance matching network and provide for adaptation to any change in plasma impedance within 50 nanoseconds.

3. An RF coil design that never needs replacement is preferred.

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

5. A design that does not require plasma "screens" or "shields" is preferred.

Page 10: Proposals should include the pricing of the ICP-MS per ... · D. Vendor equipment must be fully compliant with EPA Method 200.8: Determination of Trace Elements in Waters and Wastes

F. CORRECTION CELL

1. System must incorporate a correction cell offering three modes of operation: Standard Mode, Collision Cell Mode with KED, and Dynamic Reaction Cell mode with the ability to utilize a wide variety of gases (including pure reactive gases such as oxygen, methane and ammonia) for the life of instrument with no degradation to the gas channels, turbo pump or cell.

2. Standard Mode

a. Correction cell must be able to operate with no gas and no energy barrier for optimal signal-to-noise performance on elements with no interferences.

b. Correction cell must be able 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> le9 cps) into a single analysis (Extended Dynamic Range).

3. Collision Cell Mode

a. Correction cell must be able to operate as a passive ion guide with an energy barrier at the cell exit for KED.

b. Correction cell must be able 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 > 1 e9 cps) into a single analysis (Extended Dynamic Range).

4. Dynamic Reaction Cell Mode

a. The band pass on the correction cell must have the ability to provide both low and high mass cutoffs.

b. Correction 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.

c. The flow and optimization of the gases shall be under full operator control.

Page 11: Proposals should include the pricing of the ICP-MS per ... · D. Vendor equipment must be fully compliant with EPA Method 200.8: Determination of Trace Elements in Waters and Wastes

d. Correction cell shall be capable of reducing the intensity of isobaric and polyatomic interfering species by up to 10 orders of magnitude.

G. QUADRUPOLE MASS ANALYZER ASSEMBLY

1. The quadrupole should:

a. Be able to scan a minimum of 3000 amu per second or greater (5000 amu per second preferred).

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.

2. 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.

3. 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-"custom­controlled" mass regions.

H. ION DETECTOR ASSEMBLY

1. 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> le9 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 should:

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).

Page 12: Proposals should include the pricing of the ICP-MS per ... · D. Vendor equipment must be fully compliant with EPA Method 200.8: Determination of Trace Elements in Waters and Wastes

e. The dual-stage detector assembly should come standard with the system.

I. VACUUM SYSTEM

1. The vacuum system should maintain a vacuum at le-6 Torr (or lower), includes vacuum chamber isolation valve which automatically closes as 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.

2. In the event of vacuum failure, the entire vacuum system must be automatically back-filled by inert gas to preserve the cleanliness of the system.

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

J. SYSTEM SOFTWARE

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

2. Pre-set methods (EPA Method 200.8 required).

3. Automated quality control checking features included at no charge.

4. The system software shall support a linear calibration curve fit which is not forced through zero or the origin.

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

6. Quantitative analysis including external calibration, additions (matrix matched) calibrations, method of standard additions, isotope ratios, isotope dilutions, and semiquantitative analysis.

7. 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.

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

Page 13: Proposals should include the pricing of the ICP-MS per ... · D. Vendor equipment must be fully compliant with EPA Method 200.8: Determination of Trace Elements in Waters and Wastes

9. Data reprocessing on stored data without re-running samples for

changes of calibration points, internal standard points or curve fit mode.

10. Computer controlled automatic selection of correction cell gas when

multiple gases or mixed mode are specified within a single method.

11. Computer controlled automated optimization of correction cell gas flow.

12. System must be capable of supporting a syringe-pump based auto

dilution system.

13. The software must support auto dilutions by both a global dilution factor

and serial dilutions for samples out of range.

14. The instrument software must be capable of controlling the ESI prepFAST

4DX autosampler.

K. AUTOSAMPLER

OCWD will be using an existing ESI prepF AST 4DX autosampler with the

S400V Syringe Pump. All new components must be compatible with this

autosampler.

L. COMPUTER SYSTEM

1. Computer workstation (Dell brand preferred) and monitor should meet

or exceed the following requirements:

a. Central processing unit: Intel Core i7 (preferred) 4th Generation

Haswell Processor (Quad Core, 6MBw/HD4000T Graphics) or

better recommended.

b. Windows 10 Operating System 64-Bit, English, with all necessary

service packs.

c. RAM: 16 GB minimum with more preferred.

d. Hard Disk Space: 500 GB minimum with 1 TB preferred.

e. Video Display: 1280 X 1024, 1440 X 900, or higher with 32 bit

color recommended.

f. Ports: At least one USB port for license device. Additional USB

ports for systems and peripherals with at least USB 3.0 speed and

integrated Ethernet.

Page 14: Proposals should include the pricing of the ICP-MS per ... · D. Vendor equipment must be fully compliant with EPA Method 200.8: Determination of Trace Elements in Waters and Wastes

g. Expansion Slots: One PCI or PCMCIA slot for each RS-232 or GPIB card.

h. Peripherals: Windows 10 compatible keyboard, mouse, printer and

16X DVD+/-RW SATA or better.

1. Pre-installed software including any licenses that allows full instrument control, data acquisition and data processing for all

instrument features shall be included.

J. 24-inch or larger viewable flat panel LCD multimedia monitor.

k. Licensed and imaged with Microsoft Windows 10, drivers,

interface cards for communication and control shall be pre­

installed.

l. One year software, firmware upgrade shall be provided and

installed in a timely manner after release date and any software

related updates to the installed Microsoft Windows operating

system shall be included.

2. Networkable HP 4000 series or equivalent laser printer.

3. The acquisition and processing software packages shall operate under Microsoft's Windows 10 operating system. The software shall be

compatible with commercially available ICP-MS systems and the ESI

prepF AST 4DX autosampler.

4. The acquisition and processing software shall have the following

features:

a. Multi-tasking capabilities, e.g., data may be processed as it is being acquired.

b. Rapid scanning of 2400 amu/sec or faster.

c. Selected mass monitoring.

d. The system software will control the ICP-MS, such as tuning processes of all ICP-MS parameters.

e. Data file names shall be automatically generated using variables

for the following features: Sample ID, injection number, injection date and/or time in any combination and order.

Page 15: Proposals should include the pricing of the ICP-MS per ... · D. Vendor equipment must be fully compliant with EPA Method 200.8: Determination of Trace Elements in Waters and Wastes

f. Samples may be added to the sample list while the sample list is being run.

g. Diagnostics for fast trouble shooting of the entire system.

h. Data shall be transferred easily and directly to Microsoft Office

programs such as Excel, Power Point, and Word.

1. Data processing software must have the ability to accept files from

OCWD's LIMS system to upload sample names to generate

sample run sequences. It must also have the ability to generate a

result summary report that can be transferred to OCWD' s LIMS

system. Upload and download files may be in .txt, .html, or .csv

file formats.

J. Built-in networking compatible with OCWD's data management software such as LIMS (Aspen/Matrix), is highly desirable.

k. The instrument shall come with at least two software licenses, one

for the Instrument and the other one for use on remote computer

for data processing.

l. A power conditioner will be required to protect the life expectancy

of the instrument.

V. INSTRUMENT POWER SUPPLY

OCWD Advanced Water Quality Assurance Laboratory will furnish 208 or 110

V AC facility line power at 50/60 Hertz to the instrument. Bidder will provide

power line adjustment transformers for supplying 220 V AC to the instrument, if

needed.

VI. TRAINING AND INSTRUMENT PERFORMANCE TEST SAMPLE

Upon completing and meeting all manufacturer's installation specifications and

correcting all system errors or operational functions of the on-site instrument

system, the vendor shall:

Page 16: Proposals should include the pricing of the ICP-MS per ... · D. Vendor equipment must be fully compliant with EPA Method 200.8: Determination of Trace Elements in Waters and Wastes

A. Set up EPA Method 200.8. The ICP-MS operating condition can be modified according to the manufacture's recommendation, as long as it is still in line with EPA method 200.8 and the minimum report limit for every target analyte is met.

B. Provide a four (4) day post-installation training onsite to the OCWD staff members. It should cover all aspect of the ICP-MS: theory, hardware, instrument maintenance - troubleshooting, and software operation such as method set-up, fine tuning, samples analysis, data quantitation, report generation/transfer, method /programs development, etc.

C. Demonstrate the instrument performance by analyzing a third party Performance Testing (PT) sample and that the instrument is capable of meeting both the state DLR and OCWD's RDLs for the analytes in EPA Method 200.8.

VII. ACCEPTANCE TEST

A. OCWD staff will conduct the acceptance test within two weeks after the instrument performance test is completed and passed.

1. Perform the Initial Demonstration of Capability (IDC); refer to EPA method 200.8.

2. Perform one batch analysis with on-going quality control requirements; refer to EPA method 200.8.

3. Upon completion of the test, the OCWD Advanced Water Quality Assurance Laboratory will formally communicate test results in writing to the supplier.

4. In the case of non-compliance, the supplier may be given a second opportunity to make all necessary adjustments/repairs.

5. The acceptance test must be completed in its entirety after delivery and installation of the ICP-MS system as a condition of acceptance, authorization of payment, and the start of the twelve month initial warranty period.

Page 17: Proposals should include the pricing of the ICP-MS per ... · D. Vendor equipment must be fully compliant with EPA Method 200.8: Determination of Trace Elements in Waters and Wastes

VIII. CRITERIA FOR ACCEPTANCE

The QA/QC acceptance criteria is described in EPA Method 200. 8

Determination of Trace Elements in Waters and Wastes by Inductively Coupled

Plasma - Mass Spectrometry, Revision 5. 4 (1994).

IX. CUSTOMER SUPPORT

A. The warranty period shall be for a period of one year and include parts, labor,

travel, software, and firmware upgrades.

B. Ongoing and warranty period service shall be provided by local (Los Angeles

- Orange County) factory-trained customer support representatives. This

includes technical assistance for method development when needed. Please

list number of local factory trained service reps ( as defined above) available

for servicing your proposed ICP-MS system. It is preferred that one vendor

service the ICP-MS and all associated peripherals (e.g., autosampler, chiller,

software, etc.).

C. Contractor shall respond by phone to a service call within 24 hours, and

provide a 72-hour or better on-site service response.

D. Technical support should be available during normal business hours utilizing

a toll-free number.

X. ADDITIONAL PROVISIONS

A. Instrument Trade-In The bidder may submit any instrument trade-in offers available. OCWD will

have a Perkin Elmer ICP-MS DRC II (purchased in 2009) available for trade-in

after the new instrument has been validated for EPA Method 200.8. The bidder

who submits an electronic bid for this request for bid certifies that the items

offered are in accordance with the specifications in all respects. Any exceptions to

the specifications must be clearly identified. Any such exceptions may render the

bid non-responsive and if so, the bid will not be considered.

Page 18: Proposals should include the pricing of the ICP-MS per ... · D. Vendor equipment must be fully compliant with EPA Method 200.8: Determination of Trace Elements in Waters and Wastes

B. PRICING

1. All prices shall be in fixed firm U.S. dollars.

2. The bid price shall include any and all applicable import duty and custom clearance fees.

3. The bid price shall also include all shipping charges and applicable taxes.

4. OCWD is not responsible for any costs other than those reflected in the electronic bid.

C. DELIVERY

Bidder shall arrange to deliver these items directly to:

Advanced Water Quality Assurance Laboratory

Orange County Water District

18700 Ward Street

Fountain Valley, California 92708

Attn: Philip Harrington