Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2009 FBO #2655
SOLICITATION NOTICE

66 -- High Performance Liquid Chromatograph System

Notice Date
3/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-09-1051880
 
Point of Contact
Karen R. Petty,, Phone: 301-827-8774
 
E-Mail Address
karen.petty@fda.hhs.gov
 
Small Business Set-Aside
N/A
 
Description
Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6. This announcement constitutes the only solicitation and a written solicitation will not be issued. This synopsis, NAICS code 334516, is to notify contractors that the government is seeking competition of this requirement in accordance with FAR Part 13.106. Under the simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-29. Anyone who deems themselves capable, to provide maintenance/service for the items may do so. This synopsis is designated for full and open competition for a firm fixed price purchase order. Prospective offerors are responsible for downloading the solicitation and any amendments. It is the offeror's responsibility to monitor the FedBizOpps website for the release of any amendments to this solicitation. Hard copies will be provided to individuals eligible under the Americans with Disabilities Act and Rehabilitation Act upon request. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. The Food and Drug Administration intends to purchase a High-performance liquid chromatography (HPLC). HPLC Specifications are as follows: The Food and Drug Administration (FDA) requires a HPLC system including the pumps, autosampler, and detectors which shall be controlled from one central keyboard and be compatible with the same chromatographic software package. The chromatography software data and control system shall have the capability to control and acquire data from every module of the HPLC system. There shall be two way feed back of information from the software to the modules to prevent runs being lost and to be able to run programs (such as shut down) automatically. PUMPS The pumping system shall be a binary pump system with a precision of 0.1% or better. The pump must be capable of pumping 0.001 to 10 milliliters per minute with no pump head changes for maximum flexibility. DETECTORS Two detectors will be necessary. Both photodiode array and scanning fluorescence detectors shall be part of the same chromatographic software system. The detectors are used to identify a wide range compounds of interest to the FDA. Examples include DEHP, latex accelerants, bisphenol A, and the active ingredients in contact lens solutions. The diode array shall have a wavelength range of 190-800 nm with one single lamp source with an optical resolution of 1.2 nm. This diode array shall be able to run 8 simultaneous wavelengths in 2D mode with differing bandwidths for maximum sensitivity. The diode array detector shall be capable of continuously scanning the array to provide for spectral information throughout the run and be able to be used for confirmation of peak purity. The peak purity software shall be able to do full chromatogram scouting automatically and yield a pass/fail result outlining the peak and area questionable. AUTOSAMPLER The autosampler requires internal and external needle wash capabilities that eliminates "crossover" contamination. This is required due to the nature of our biological samples and the low levels of analytes. This shall be in the range of sample carryover to less than 0.1%. Because the number of projects requires large and small sample sizes, an injection range from 0.1 to 2000 ul using same injection loop is needed. Heat and cooling of sensitive samples are occasionally requires, long run times require stable temperatures for the autosampler (within 0.1oC). SOFTWARE/ DATA MANAGEMENT The chromatographic software must be protected such that a data file, or method, or sample queue can never be overwritten. The software must have integrated into it the capability to generate reports and calculations such as not to have to use an external spreadsheet or quantitation package such as excel. All information concerning the methods, chromatograms and conditions must be kept in a database in a stand alone computer. The interface to the instruments must be graphical in nature and must be customizable by the user to obtain chromatograms suitable for publication. The software must have pattern matching capability to enable us to compare two or more chromatographic runs and quantitate the differences between them. Ability to overlay and subtract chromatograms is necessary. Ability to read Empower Software is necessary as 15 years of data is archived in this program. EVALUATION FOR AWARD Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government may award this purchase order to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1. Technical Capability factor “Meeting or Exceeding the requirement,” and 2. Price. Technical Capability is significantly more important than price. The FDA intends to make an award immediately after the response date of this notice. The award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures. Evaluation Criteria: In accordance with the HPLC specifications, the offeror shall describe its ability to provide the following: 1.Pumps 2.Detectors 3.Autosampler 4.Software Place of Performance The Place of Performance is: Food and Drug Administration 10903 New Hampshire Avenue, Building 64, Room 4011 Silver Spring, MD 20903 Period of Performance The maintenance/service contract shall be for a base year and four (4) option years. Time of Performance: The time of performance is on an “On call” basis. CCR: Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information. QUESTIONS DEADLINE: All questions are to be submitted via email to karen.petty@fda.hhs.gov no later than Thursday, March 5, 2009, 4:30pm EST. QUOTATIONS DUE: All quotations are due, via email to: karen.petty@fda.hhs.gov, no later than 4:30pm, EST on Friday, March 13, 2009. PROVISIONS and CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, and FAR 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Responses to this notice must be sent via email to Karen.petty@fda.hhs.gov. No telephone calls will be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7eea20b2ae69125b3e356abac385b61b&tab=core&_cview=1)
 
Record
SN01759573-W 20090304/090302214819-7eea20b2ae69125b3e356abac385b61b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.