Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2009 FBO #2830
SOLICITATION NOTICE

66 -- 1061040 Minature, Battery operated, Portable, Heated,Nine Reflections Attenuated Total Reflection-Fourier Transform Infrared Instrument

Notice Date
8/22/2009
 
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
1061040
 
Point of Contact
Vida - Niles, Phone: 301-827-2476
 
E-Mail Address
vida.niles@fda.hhs.gov
(vida.niles@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
REQ 1061040 The Food and Drug Administration (FDA) is seeking 100% total small business set-aside vendors that can provide quotes/proposals. NAICS Code 334516 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 05-32. This award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures. NAICS CODE 334516 Equipment: Miniature, Battery operated, Portable, Heated, Nine-Reflections Attenuated Total Reflection-Fourier Transform Infrared (ATR-FTIR) Instrument Background: The Spectroscopy and Mass Spectrometry Branch of the Office of Regulatory Science (CFSAN/ORS/DAC/SMSB) requires the purchase of a miniature, battery-operated, portable, temperature controlled, nine-reflection Attenuated Total Reflection-Fourier Transform Infrared (ATR-FTIR) spectrometer based on interferometry and equipped with an ATR crystal that is under 5-mm in diameter. This research grade instrument shall have the sensitivity, accuracy and stability to enable quantitative determinations of microliter-size test samples with a signal to noise ratio greater than 10:1 for a 0.5% analyte level. In addition, spectral resolution of 4 cm-1 and sensitivity are required. The instrument that has been identified to meet these needs is the A2 Technologies ML portable, battery operated, PDA controlled, nine-reflection, temperature controlled ATR-FTIR ML Spectrometer. This state-of-the-art instrumentation shall be used in several important center programs. Most importantly, ATR-FTIR instrumentation provides the ability to evaluate many sample platforms including solids and liquids. Specifically, CFSAN has efforts focused on the identification of pathogens in foods (via immunoassays, DNA hybridization using nanoparticles and magnetic bead technology), detection of toxins, characterization of dietary supplements (conjugated linoleic acid geometric isomers), analysis of multi-layer food packaging materials, characterization of cosmetics (TiO2 nanoparticles, lead), detection of allergens (casein, honey), determination of food constituents (rapid determination of total trans fats, infant formula components), and discovery of food contaminants/adulterants (food security). Technical Requirements: QTY 1 General: SMSB has a need for a portable analyzer that can be used in the laboratory and in the field, does not require a laptop, PDA controlled, and give qualitative answers and quantitative determinations at room temperature and at elevated temperatures (using a temperature controller) that are as good as results that can be achieved in the laboratory using laboratory-grade equipment. As a portable system, it must weigh less than 15 lbs and include an on-board computer to compute and display the results of the analysis as well as an internal battery for 4 hours of continuous operation. The system shall have a nine- reflection heated diamond ATR sample interface to allow for the various analyses listed above. To be comparable with laboratory grade spectrometers, the system shall be an FT-IR with a spectral range of 4000 – 650 cm-1 and a resolution of 4 cm-1 or better. For field use, a ZnSe beamsplitter is required, making a purge or dessicant pack unnecessary. A KBr beamsplitter is unacceptable due to its hygroscopic nature. To ensure the best performance, an internal calibration source and automated laser and FTIR alignment shall be used. Technical features: 1.Base spectrometer a.Resolution for optimal identification of spectral features i.Spectral resolution down to 4 cm-1 ii.Complete spectrum (4000-650 cm 1) with resolution of 4 cm-1 b.Fixed alignment interferometer requiring no alignment by the user. c.Significantly shortened optical path for improved throughput and optical stability d.Enhanced thermal stability e.Modulator scanning independent of spectrometer orientation f.Operating Temperature from 0° to 50° C (32° to 120° F) g.Storage Temperature from -25° to 75° C (-13° to 167° F) h.Humidity 95% non-condensing i.Water Resistance using a completely sealed spectrometer compartment j.Shock and vibration tested for field use i.Shock: Capable of withstanding 40G on each axis (in shipping case) ii.Vibration: Withstands 60 hz for 30 minutes 2.Temperature Control Module Must be a 1/16 DIN package Allow for 3 standard tuning presets, manual tuning and autotuning Self diagnosis with fault indicators Min/max storage and display Auto/manual control Percent output indication Ramp and soak operation 3.Operating software a.Basic system i.Complete control of the instrument including Subroutines to allow for automatic calibration ii.Extensive library searching for spectral matching iii.Data processing capabilities iv.Comprehensive methods development package allowing for the creation of user methods v.Multi-level software and user interfaces, permitting personnel with different job requirements to access appropriate levels of the software b.Chemometrics software for optimized mapping and component analysis c.Basic searchable library for identification of spectral signatures and identification of unknown materials 4.Sample interface. a. Nine reflection ATR interface for maximum sensitivity b. 25 uL minimum volume requirement c. Diamond sample surface for optimal durability and scratch resistance d. Integrates to the Temperature Control Module for maximum versatility 4.System control a.PDA interface required b.Desktop or laptop computer (optional) – USB interface 5.PDA User interface requirements Size 5.00 x 2.94 x 0.81 inches (127 x 74.60 x 20.6 mm) Weight 6.3 oz (178.60 g) Processor Intel PXA270 @ 624 MHz Operating System Microsoft® Windows Mobile® 5.0 Premium Edition Memory 128MB SDRAM, 256MB NAND FLASH Display 65K colors TFT LCD, 3.5”, 240 (w) x 320 (L) resolution Touch Panel Glass analog resistive touch Power Supply Input: 100 - 240 VAC 47 – 63 Hz, Output: 5 VDC Battery 3.7v 1200 mAh Lithium Ion rechargeable (>8 hour estimated run time) Expansion Slots CompactFlash and SDIO Slots Wireless LAN IEEE® 802.11 b/g Antenna: Internal Bluetooth v2.0 + EDR Class 2 Supported Delivery: The contractor shall deliver 30 days after receipt of order. Warranty: One year warranty must be available with the instrument. 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 August 25, 2009, 4:00 pm EST. QUOTATIONS DUE: All quotations are due to: Vida.Niles@fda.hhs.gov, no later than 4:30 pm, EST on September 4, 2009. PROVISIONS and CLAUSES: The provision Subpart 39.201-Electronic and Information Technology (a) This subpart implements Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), and the Architectural and Transportation Barriers Compliance Board Electronic and Information Technology (EIT) Accessibility Standards (36 CFR Part 1194); (b) Further information on Section 508 is available via the internet at http://www.section508.gov. 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 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. Evaluation Factors The evaluation factors used for this solicitation shall be the offeror’s ability to meet the technical specifications. Factor 1 Technical Requirements: The major factor considered shall be that the instrument meets the technical requirements. Submitted systems shall meet the technical specifications outlined. Factor 2 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 for one year. 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 and 2) Price. Technical is significantly more important than price. The FDA intends to make an award immediately after the response date of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1061040/listing.html)
 
Place of Performance
Address: College Park, Maryland, 20740, United States
Zip Code: 20740
 
Record
SN01922901-W 20090824/090822233802-85f669ecff98365c22241a12e42609a8 (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.