Gas Chromatograph with Flame Ionization Detector

SOL #: 1333ND26QNB030133Combined Synopsis/Solicitation

Overview

Buyer

Commerce
National Institute Of Standards And Technology
DEPT OF COMMERCE NIST
GAITHERSBURG, MD, 20899, United States

Place of Performance

Gaithersburg, MD

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

Laboratory Equipment And Supplies (6640)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 30, 2026
2
Last Updated
Apr 8, 2026
3
Submission Deadline
Apr 13, 2026, 4:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The National Institute of Standards and Technology (NIST), under the Department of Commerce, is seeking quotations for a Gas Chromatograph with Flame Ionization Detector. This full and open competition opportunity aims to acquire specialized instrumentation for the separation, identification, and quantification of trace impurities at sub-parts-per-billion levels in "zero gas" semiconductor and electronics-grade gases. Quotations are due by April 13, 2026, at 12:00 PM ET.

Scope of Work

NIST requires one (1) new Gas Chromatograph system equipped with both a Flame Ionization Detector (FID) and a Pulsed Discharge Helium Ionization Detector (PDHID). The system must meet detailed technical specifications, including:

  • A 6-port gas sampling valve (GSV) with heating capability (up to 75 °C) and a 10 mL sample loop.
  • A pneumatically actuated heart cut valve and helium mass spectrometer leak-tested valves with helium purifiers for the PDHID.
  • An injector and flow control system supporting packed columns, and a micro-electrically actuated, 12-position stream select valve.
  • A GC oven box with temperature programming and liquid nitrogen cooling capability, plus remote start/stop and end of run signal out.
  • Software for GC control, data collection, analysis, and export to Excel, with a permanent license.
  • The system must be capable of measuring trace impurities (e.g., nitrogen, argon, hydrogen, oxygen, hydrocarbons) in bulk gases (nitrogen, air, helium, argon) at sub-ppb levels, with a required Lower Detection Limit (LDL) of less than 1 ppb. Operating voltage is 120 volts.
  • The contractor must provide an operations and maintenance manual, installation services (unpacking, set-up, hook-up, start-up, demonstration, trash removal), and at least 2 hours of training for up to two NIST personnel.
  • All equipment must be new, shipped in original manufacturer's packaging, and include a one-year warranty covering parts, labor, and travel.

Contract Details

  • Contract Type: Firm-fixed-price purchase order (PO).
  • Acquisition Procedures: Simplified acquisition procedures in accordance with FAR Part 12.
  • Set-Aside: Full and Open Competition.
  • NAICS Code: 334516 – Analytical Laboratory Instrument Manufacturing (Small Business Size Standard: 1,000 employees).
  • Place of Performance: National Institute of Standards and Technology, Gaithersburg, MD.
  • Period of Performance: Instrument delivery within 90 days after award; installation within 10 days after receipt; training within 10 days after installation.

Submission & Evaluation

  • Submission Deadline: April 13, 2026, by 12:00 PM Eastern Time.
  • Submission Method: Electronic quotations via email to junee.johnson@nist.gov and forest.crumpler@nist.gov, referencing the RFQ number.
  • Quotation Structure: Quotations must be clearly written, indexed, and divided into three volumes:
    • Volume I: Technical Quotation (demonstrating capability and SOW compliance).
    • Volume II: Price Quotation (firm-fixed-price for each CLIN, including shipping).
    • Volume III: Terms and Conditions (addressing any exceptions).
  • Evaluation Criteria: Award will be made to the responsible offeror who meets all required technical specifications and proposes the lowest price (Lowest Priced, Technically Acceptable - LPTA). Award may be made without discussions.
  • Eligibility: Offerors must have an ACTIVE registration in SAM.gov.
  • Key Clauses: Bidders must review incorporated provisions and clauses, including FAR 52.212-4, Buy American Certificate, and Security Prohibitions.

Contact Information

People

Points of Contact

Junee JohnsonPRIMARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Apr 8, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 30, 2026
View