MODIFICATION
66 -- Energy-Dispersive X-Ray Fluoresvence Spectrometer
- Notice Date
- 5/21/2009
- Notice Type
- Modification/Amendment
- 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
- FDA1054965
- Point of Contact
- Jacqueline Richardson, Fax: 301-827-7106, Doreen Williams , Fax: 301-827-7106
- E-Mail Address
-
jacqueline.richardson@fda.hhs.gov, doreen.williams@fda.hhs.gov
(jacqueline.richardson@fda.hhs.gov, doreen.williams@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- 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 05-32. 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 intends to issue a Purchase Order in accordance with FAR Part 13.106 for the following specifications, under the simplified acquisition procedures. This solicitation is posted full and open to all qualified businesses and will be awarded as 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. 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 Center for Food Safety and Applied Nutrition (CFSAN) has requested the purchase of a “Energy Dispersive X-ray Fluorescence instrument (XRF)” which, will be used for analysis of ceramic ware for toxic and other elements. The items to be analyzed will include cups, mugs, bowls, plates, etc. Instrument will also be used for the analysis of foods and dietary supplements for nutritional and toxic elements. The XRF instrument will allow for screening of supplements that might contain high levels of toxic elements and thus pose a contamination risk for other laboratory equipment used for trace analysis. Also, cosmetic samples such as lipstick will be analyzed as the need arises. This solicitation is issued as a Request for Proposal (RFP) The Food and Drug Administration (FDA) intends to award a Firm Fixed Price Purchase Order for the acquisition of a Energy-Dispersive X-Ray Fluorescence Spectrometer. The offer for this equipment must meet the following specifications and evaluation criteria: Specifications: Spectrometer Specifications: (1) The spectrometer shall be based on Energy-Dispersive X-ray Fluorescence (EDXRF). (2) The spectrometer shall be capable of performing quantitative elemental analysis of elements from Na - U. (3) The spectrometer shall be capable of analyzing samples in solid, powder, and liquid states. (4) The spectrometer shall be capable of analyzing samples of any shape and size up to the dimensions of the sample chamber. (5) The spectrometer shall be designed for bench-top operation. (6) The spectrometer shall operate from a standard single phase electrical outlet of 110-120 VAC. (7) The spectrometer shall not use cooling water or liquid nitrogen. (8) The spectrometer shall employ Digital Pulse Processing that features X-ray processing and spectral range from 400 eV to 40960 eV. (9) The spectrometer must be equipped with a Si (Li) detector of at least 15 square mm in size. (10) The spectrometer must be compatible with Thermo Quant’X X-Ray spectrometers recently installed at or purchased for FDA field laboratories. X-ray Excitation Specifications: (11) The spectrometer shall be equipped with an X-ray tube and Rhodium target for optimal excitation of all energy lines from sodium -Uranium. (12) The X-ray tube shall be air-cooled, with no external liquid cooling or pump systems allowed. (13) The X-ray tube shall use an end-window design with a thin 76-micron Be window for maximum flux and optimal low-keV excitation. (14) The X-ray tube and high-voltage generator shall produce at least 50W of power and operate over a voltage range of 4 to 50 kV, adjustable in steps 1 kV or less, and a filament current range of 0.02-1.98 mA, adjustable in steps 0.02 mA or less. (15) The X-ray tube shall be powered only during sample analysis and automatically turn-off after analysis completion. (16) The spectrometer shall not employ any shutter mechanism. (17) Primary X-ray beam filters shall be used for optimal excitation intensity, sample throughput and control over background scatter. (18) The spectrometer shall allow for at least seven (7) primary X-ray beam filters for selective control over peak-to-background across the periodic table. (19) The X-ray beam filters shall be selectable by user and fully software-controlled. (20) The spectrometer shall have user-selectable collimators or apertures of 8.8mm, 3.5mm and 2 mm to reduce X-ray spot size for analysis of small features or samples. Sample Chamber: (21) The X-ray detector shall have an ion pump for the purpose of maintaining cryostat vacuum under He purge conditions. The sample chamber shall be able to operate in air, vacuum or helium environments. (22) The chamber environment must be software-controlled and user-selectable. For vacuum operation, an external vacuum pump shall be supplied by vendor. Must also have capability of a helium flush to assist in the analysis of lighter elements. (23) The spectrometer shall include a sample stage or holder that accepts samples of any shape or size, up to up to 30 cm x 30 cm x 21 cm. (24) Sample chamber must be at least 21 cm high and allow analysis of objects such as plates, bowls, cups and other ceramic ware or other larger objects. (25) The sample chamber must include a sample spinner to rotate the sample during analysis. (26) The sample chamber must include an automated sample changer and tray with capacity for at least 10 samples up to 47 mm in diameter. A single sample tray must also be included. (27) The spectrometer shall be equipped with an on-board High-Resolution Digital Camera to facilitate identification, positioning and analysis of small samples or features (28) Minimum camera spatial resolution requirement of 0.5 mm (29) Camera CCD Sensor must have a minimum 510 x 492 pixel array for VGA quality or better images. (30) Camera must be an all-digital design type with USB connectivity and a dedicated light source (31) Camera must operate in air, vacuum or helium atmospheres Computer System: (32) The spectrometer shall be supplied with and connected to a separate, outboard computer supplied by the vendor via an Ethernet connection. (33) The supplied, external desktop personal computer (PC) shall have the following minimum configuration: Dual core or higher processor, at least 1 Gb RAM, 80 Gb or greater hard drive, LCD flat-panel display of at least 17 inches, Microsoft Windows XP Operating System and a DVD/CD drive with write capability. (34) The spectrometer shall be capable of interfacing with any modern personal computer, including laptop computers, even if not supplied by the vendor. (35) A laser or ink jet color printer must be supplied that is compatible with the supplied hardware and software. Software: (36) A Fundamental Parameters Thickness Analysis software module must be supplied to enable analysis of complex layered structures. (37) UniQuant Advanced Fundamental Parameters software module for EDXRF must be supplied. (38) The operating software shall correct for all possible overlap and background effects as well as sample-specific physical properties, such as sample area, height, and mass, any of which can affect the results. In addition, the operating software shall scan each sample using 8 excitation conditions; obtain a complete elemental profile of the sample across multiple emission series to determine the presence or the absence of target elements without any prior knowledge of the material. The operating software shall be delivered, pre-calibrated. The major features must include the following: Thorough analysis for all possible elements between Sodium and Uranium, be fully pre-calibrated on the spectrometer and ready to analyze out of the box, be capable of iterative compositional analysis and spectrum deconvolution to reduce false positives, correct for beam size and physical sample properties. (39) The operating software shall include Fundamental Parameters (FP) algorithms that support standardless, semi-standardless and standard-based calibrations. Accessories: (40) The following consumables must be included: 300 XRF single open end 31 mm sample cups, 300 XRF double open end 31mm sample cups, XRF support plastic support film for 3000 samples, XRF semi-permeable plastic film for 1000 samples (41) Element reference standards and storage box for the following elements: Sodium, Magnesium, Aluminum, Silicon, Phosphorus, Sulfur, Potassium, Calcium, Titanium, Chromium, Manganese, Iron, Cobalt, Nickel, Zinc, Selenium, Bromine, Molybdenum, Tin, Barium, Tungsten, Lead, Arsenic, Cadmium and Mercury Installation and Training: (42) System installation by qualified service engineer at customer site which includes 2-days of training at customer site. (43) Admission for one person to a training class of at least 3 days at the manufacturer’s training laboratory. Class will cover XRF, instrument operation and instrument software. (44) Advanced Application Support training which will consist of 2-days of training at customer site with a manufacturer’s XRF specialists. This training is to take place at some point during the first year of ownership. Warranty: Four-Year warranty. Spectrometer must be covered for a period of 4 years after installation. Warranty must include one preventive maintenance visit per year and unlimited on-site visits for problem resolution FOB: Destination CFSAN 5100 Paint Branch Parkway Room 2E-018 College Park, MD 20740 EVALUATION AND AWARD: The Government intends to evaluate proposals however; 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 award will be made to the offeror whose proposal conforms to the terms and conditions of the solicitation under a Firm Fixed Price Purchase Order. Criteria for technical qualifications are based on a weighted average and are outlined below: Technical Requirements: The technical evaluation for this solicitation will be the equipments ability to meet the required specifications, the contractor’s ability to service the equipment with readily available service personnel. The ability to support the technical requirements will comprise the major percentage of the evaluation factors. Warranty: Extended warranty for the XRF instrument must be provided for year 1, year 2, year 3 and year 4. Warranties must be explicitly stated for the instrument. The vendor will have an established record of being able to service their systems. Evaluation for Award: The 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 priced technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor “Meeting or Exceeding the Technical Requirements”; 2) Warranties; 3) Price and 4) Past Performance of product. Meeting the Technical Requirements is significantly more important than price. The FDA intends to make an award immediately after the response of this notice. The award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures. 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 jacqueline.richardson@fda.hhs.gov no later than May 28, 2009, 4:30 p.m. EST. QUOTATIONS DUE: All quotations are due, via email to: jacqueline.richardson@fda.hhs.gov, no later than June 2, 2009, 4:30 p.m. EST. 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 jacqueline.richardson@fda.hhs.gov. No phone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA1054965/listing.html)
- Place of Performance
- Address: FDA, Center for Food Saftey and Applied Nutrution (CFSAN), 5100 Paint Branch Parkway Room 2E-018, College Park, Maryland, 20740, United States
- Zip Code: 20740
- Zip Code: 20740
- Record
- SN01825470-W 20090523/090522000121-45f58c99bfd8963739e08cf5c7cc72b7 (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 |