SOLICITATION NOTICE
66 -- Tunable deep ultraviolet laser system
- Notice Date
- 5/21/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334413
— Semiconductor and Related Device 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
- 1055511
- Point of Contact
- Vida - Niles, Phone: 301-827-2476, Doreen Williams , Phone: 301-827-3366
- E-Mail Address
-
vida.niles@fda.hhs.gov, doreen.williams@fda.hhs.gov
(vida.niles@fda.hhs.gov, doreen.williams@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Requisition # 1055511 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 purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-31. This announcement constitutes the only solicitation and a written solicitation will not be issued. The synopsis, NAICS code 334413, is to notify vendors that the government intends to issue a firm fixed price Purchase Order in accordance with FAR Part 13.106, for the following statement of work, under the simplified acquisition procedures. This solicitation is issued as a Request for Quotes/Proposals. Project Title: Purchase of a tunable deep ultraviolet laser system 1. Background The tunable deep ultraviolet laser system shall be used as the excitation source for a deep ultraviolet resonance Raman spectrometric instrument. The instrument will be used to measure protein secondary structure. Little is known about the variability in secondary structure of protein drugs, because the analytical methods required to analyze protein secondary structure are either complex and time consuming (e.g., protein crystallization followed by high resolution x-ray crystallography, high field NMR), or insensitive and nonspecific (e.g. IR absorbance, circular dichroism). Deep ultraviolet resonance Raman spectrometry is rapid and specific and has the potential to provide significant new information concerning variation in secondary structure of therapeutic proteins. 2.Project Objective The purpose of this acquisition is to acquire the light source required for the construction of a deep ultraviolet resonance Raman spectrometric instrument. The instrument requires a light source that is tunable across the range of 193 nanometers to 210 nanometers. The light source must have enough power to generate measurable resonance Raman scattering from protein solutions. 3.Scope of Work The tunable deep ultraviolet laser system shall serve as the light source for a deep ultraviolet resonance Raman spectrometric instrument. The instrument shall be used by several investigators, and therefore the tunable deep ultraviolet laser system shall be easily tunable and user friendly. The laser system shall also have appropriate power levels at all wavelengths required for measurement of protein secondary structure, and both the laser power and laser frequency shall be stable. The specifications for the operating demands of the instrument are provided in the Detailed Technical Requirements section. 4. Detailed Technical Requirements I. Performance Specifications 1. The tunable deep ultraviolet laser system shall be a complete, integrated system including all controllers, cables, modules, water recirculators, heat exchangers and other components required to operate the laser. 2. The laser system shall require only 110 Volt alternating current power. 3. The optical configuration of the laser shall have an all solid state design, including pump laser source, tunable oscillator and harmonic generation. 4. The laser shall provide tunable coherent radiation over the following tuning ranges: 770 nanometers to 840 nanometers 385 nanometers to 420 nanometers 257 nanometers to 280 nanometers 193 nanometers to 210 nanometers 5. The laser power at 195 nm must exceed 1 milliwatt. Laser powers in other ranges shall meet the following wavelength specific power specifications: 1 watt at 820 nanometers 200 milliwatts at 410 nanometers 40 milliwatts at 273 nanometers 5 milliwatts at 205 nanometers 6. The pulse repetition rate shall be not less than 4000 pulses per second in order to limit the peak power delivered to the sample. 7. The pulse width shall be not less than 15 nanoseconds in the 193 nanometer to 210 nanometer range in order to limit the peak power delivered to the sample. 8. Spectral linewidth shall be less than 1 wavenumber across the entire tuning range. 9. Laser power fluctuations shall be not greater than 3 percent (root mean squared) of total power in the 193 nanometer to 210 nanometer range. II. Trade and Service Specifications 10.The laser system shall be a newly manufactured unit, not used and refurbished or previously used for demonstration. The life cycle of this instrument is intended to be greater than ten years at full performance. CDER shall be able to reasonable expect service and technical support from the vendor during its lifecycle. 11.The entire system shall be warranted for parts and labor for 12 months from the date of acceptance. The vendor shall provide a copy and pricing for any available extended warranties and service contracts. The vendor shall also be capable of servicing the laser system through the extended warranty or service contract. 12.The vendor shall demonstrate the ability to manufacture the laser system with a high degree of quality control as evidenced by units in use by other customers performing deep ultraviolet resonance Raman spectroscopy or other applications with similar technical demands. Technical Evaluation Criteria Vendorr’s shall describe why and how the laser system meets or exceeds each detailed technical requirement, and include supportive data and descriptions wherever possible. Technical Evaluation Criteria Technical specifications: The vendor shall be evaluated in relation to the degree to which offeror meets or exceeds the detailed technical specifications. Emphasis will be placed on the tuning range, laser power at stated wavelengths, laser linewidth and laser stability. Service capability: The vendor shall be evaluated in relation to the ability to provide technical support and service for the laser system. Offeror’s shall provide evidence that they have provided technical service to other users of the quoted laser system or other laser systems of equal or greater complexity over the past 10 years. This factor can be met by demonstrating that the vendor’s service department has been adequately staffed in previous years or by customer endorsements or by other methods. Suitable for intended purpose: of the total points awarded shall be related to the ability of the vendor to demonstrate that their laser system has been used successfully for deep ultraviolet resonance Raman spectrometry, or for applications will similar technical demands. User friendliness: The vendor shall be evaluated to the ease of use of the laser system. This will include factors related to turning on and operating the laser system such as ease of tuning, power adjustment, optical alignment, ease of replacement for consumable components, and degree to which the user can perform routine and preventive maintenance. Relevant Experience The vendor shall describe their past performance in fulfilling contracts. Identify at least three (3) organizations with which you have acted as a contractor while participating in similar or the same efforts. Include the degree of your involvement, the size and complexity of the organization and other information describing your experience. Past Performance Vendor’s shall submit a list of three (3) reference contracts. Contracts listed may include those entered into by the Federal Government, agencies of State and local governments and commercial customers. Contractors that are newly formed entities without prior contracts should list contracts and subcontracts as required above for all key personnel. The reference list of the three (3) references shall include the following information for each contract and subcontract: 1.Name of contracting activity 2.Contract number 3.Contract type 4.Total contract value 5.Contract work 6.Contracting officer and telephone 7.Program manager and telephone 8.Administrative contracting officer, if different from #6, and telephone Price: The vendor shall provide a price in accordance with the requirements of the technical specifications. The proposed price shall include the standard manufacturer’s warranty. Deliverables: The vendor shall deliver 90 days after receipt of order. Warranty: Warranties shall be for the product explicitly stated. Instrument comes with a one year manufacturer’s warranty which will be considered apart of the “base year”: (Base year shall be during the one year manufactuer’s warranty) Option Year 1, service and maintenance agreement Option Year 2, service and maintenance agreement Option Year 3, service and maintenance agreement Option Year 4, service and maintenance agreement Evaluation for Award: Award will be made to the party whose quote offers the best value to the Government, technical, past performance, 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 factor "Meeting or Exceeding the Requirement," Past Performance and 2) Price shall include base plus option years. Technical and Past Performance 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. 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 May 28, 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, June 17, 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1055511/listing.html)
- Place of Performance
- Address: 1114 Market Street Room 1002, St Louis, Missouri, 63101, United States
- Zip Code: 63101
- Zip Code: 63101
- Record
- SN01824285-W 20090523/090521234730-ab923bd5540ad8263f7997b4cf5b62fe (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 |