Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2009 FBO #2677
SOLICITATION NOTICE

66 -- Infrared Detector Spectrometer - 1054744

Notice Date
3/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
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
1054744
 
Point of Contact
Vida - Niles, Phone: 301-827-2476, Doreen Williams ,, Fax: 301-827-7106
 
E-Mail Address
vida.niles@fda.hhs.gov, doreen.williams@fda.hhs.gov
 
Small Business Set-Aside
N/A
 
Description
Please review the attachment for the Technical Evaluation Factors The Food and Drug Administration (FDA) is seeking Full and Open Competition for vendors that can provide quotes/proposals. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, simplified acquisition procedures and the resultant of firm fixed price purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-24. This announcement constitutes the only solicitation and a written solicitation will not be issued. The synopsis, NAICS code 423490, is to notify contractors that the government intends to issue a Firm Fixed Price Purchase Order in accordance with FAR Part 13, for the following statement of work, under the simplified acquisition procedures. Prospective offeror’s are responsible for downloading the solicitation and any amendments. It is the offeror’s responsibility to monitor 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 Best Value and discussions are not necessary. Project Title: Infrared Detector Spectrometer (IRD II) with Computer Hardware and Software Bundle Background: The Center for Food Safety and Nutrition (CFSAN), FDA requires a Infrared Detector Spectrometer (IRD II) with Computer Hardware and Software Bundle. This system will be interfaced with a currently available gas chromatograph and will be used for identification of compounds separated by the gas chromatograph. Required Technical Specifications:QTY 1 1)The IRD flow cell shall be gold plated, 120 mm in length, 1mm in diameter with a volumne of 100 micro liters for reproducibility of vapor phase spectra. The flow cells must have heated transfer lines up to a minimum of 250 degrees C for transferring the vapor phase analytes from the capillary column to the gold plated light pipe. The end caps of the light pipe will allow for either potassium bromide or zinc selenium windows and allow samples containing water to be analyzed. 2)The IRD wavelength range of the instrument shall be a minimum of 4000-500 reciprocal centimeters. The source of the infrared radiation should be a hot nearly perfect pseudo black body whose temperature is set to provide maximum energy with a constant stable output in the mid infrared region. 3)The IRD Interferometer shall consist of a beam splitter, a fixed mirror, a moving mirror and the necessary electronics to control the moving mirror. The interferometer produces a complex pattern of infrared light that must go through the flow cell. 4)The IRD Detector is an infrared light sensor, an HgCdTe (MCT) transducer that is kept at liquid nitrogen temperature to reduce noise, detects the varying intensity of the infrared interference pattern after the energy absorptions have taken place in the light pipe. The total liquid nitrogen usage must not exceed One Liter in 24 hours usage. 5)The IRD Helium-Neion Laser shall produce Monochromatic Light at 632.82 nanometers wavelength so that the position of the moving mirror in the interferometer and the repeatability of the Vapor Phase IR Spectra can be accurately determined. 6)The Data system software shall have total control of the GC, Autosampler and IRD system using one computer system. The data analysis software must be capable at a minimum of chromatogram generation, spectral presentation, vapor phase library searching, customized report generation, add, subtract and over-lay vapor phase spectra. The operating system will consist of a Computer, Flat Screen Monitor and Printer for Windows 2000 or XP Operating system. 7)The software shall be capable of searching for Vapor Phase FTIR Spectra of Organic Compounds; a minimum of 5220 Vapor Phase Spectra that includes hydrocarbons, alcohols, phenols, amines, aldehydes, ketones, mercaptans, sulfides and halogenated compounds is included. 8)On-Site Installation of both hardware and software shall include Customer training on the operation of the IRD, maintenance and troubleshooting of the complete system. 9)The size of the system both GC and IRD should not exceed 19” in Height, Width of 31” and Depth of 26” due to limited bench space. 10)The IRD shall be capable of interfacing with a MSD without use of splitters or external hardware and must be able to be controlled by one computer and one software package. 11) The flow cell, interferometer, source and laser shall be contained within the same housing. 12) An IRD training course for 1 scientist must be provided at the instrument manufacturer’s facility. Cost of tuition and course materials shall be included. Deliverables: The contractor shall deliver after receipt of order. Warranty: Extended warranties for the IRD II shall be provided for year 1, year 2, and year 2. Warranties must be for the product explicitly stated. CCR: Vendor must be registered in the Central Contractor Register (CCR) prior to the award of the contract. You may register by going to www.ccr.gov. You will need to your Tax ID, Duns Number, Bradstreet number and banking information. QUESTIONS DEADLINE: All questions are to be submitted via email to Vida.Niles@fda.hhs.gov, no later March 30, 2009, 4:30 pm EST. QUOTATIONS DUE: All quotations are due to: Vida.Niles@fda.hhs.gov, no later than 4:30 pm, EST on Wednesday, April 8, 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. 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, FAR 52.232-33, FAR 52.246-9 and FAR 52.246-18. Clauses and provisions are incorporated by reference and apply to this acquisition. Responses to this notice shall be sent via email to Vida.Niles@fda.hhs.gov, Telephone calls will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=04ac10b6b637eb884ce56539d9ec236e&tab=core&_cview=1)
 
Place of Performance
Address: 5100 Paint Branch Parkway, College Park, Maryland, 20740, United States
Zip Code: 20740
 
Record
SN01776184-W 20090326/090324215938-04ac10b6b637eb884ce56539d9ec236e (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.