Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2010 FBO #3085
SOURCES SOUGHT

66 -- General Lab Equipment

Notice Date
5/4/2010
 
Notice Type
Sources Sought
 
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
FDA1072900
 
Archive Date
6/1/2010
 
Point of Contact
George Gonzalez, Phone: (301)-827-9361
 
E-Mail Address
George.Gonzalez@fda.hhs.gov
(George.Gonzalez@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, Solicitation, Request for Quotes, or an indication the Government will contract for the items contained herein. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this sources sought. Any responses received will not be used as a proposal. Statement of Objectives: The Food and Drug Administration, Division of Field Science in the Office of Regulatory Affairs has a requirement for Two (2) SmartCycler II-2 Block Laptop Systems (or equivalent based on needs criteria as defined in this Notice) that will be needed to support program studies in the ORA-CFSAN Laboratory. SmartCycler II block Laptop System (or equivalent based on needs criteria as defined in this Notice) must be calibrated for dyes, FAM, Cy3, TET, Texas Red, Cy5, and other dyes with excitation and emission wavelengths with these ranges respectively (450-650 nm and 510-750 nm). Polypropylene reaction tube for easy handling, lab toughness, and optimal optical and temperature characteristics are required. Expandable capability to increase sampling capacity as needed is a requirement. Multiplexing capabilities-up to four dyes for simultaneous amplification and detection per single reaction mixture is required. Salient Characteristics Optics Dye detection limit < 2 nM for FAM/Cy3/TxR/Cy5 Optical channel characterization: Channel 1 2 3 4 Instrument FAM, Cy3, TET, TxR Cy5 Calibration Dyes Intercalating dye Alexa 532 Alexa 647 Excitation (nm) 450-495 500-550 565-590 630-650 Emission (nm) 510-527 565-590 606-650 670-750 Reaction site thermal controls - Solid state heater and forced-air cooling at each site - Reaction chamber thermistors calibrated to ± 0.50 °C using National Institute of Standards and Technology (NIST)-traceable standards - 16 independently-controlled reaction sites per processing block Reaction tubes Single-use disposable tubes Polypropylene construction 25 μL volumes No-leak closures Performance parameters Heating ramp rates (max.): 10 °C/sec from 50 °C to 95 °C Cooling ramp rates (max.): 2.5 °C/sec from 95 °C to 50 °C Temperature duration accuracy: ± 1.0 sec from programmed time Temperature accuracy: ± 0.5 °C from 60 °C to 95 °C Melt curve programmable ramp rates: 0.1 °C/sec to 1.0 °C/sec Physical dimensions Processing block: 12˝ w x 12˝ h x 10˝ l, 22 lbs As little as 2.5 linear feet of bench space SmartCycler TD travel case: 24˝ w x 20˝ h x 25.5˝ l Total weight with processing block, computer & accessories: 74 lbs Power requirements 100-240 VAC, 50-60 Hz, 350 Watts Small Businesses are encouraged to respond if they have the capability and capacity to provide the identified services. Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform the task described above at a sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall be limited to 5 pages, and must include: 1. Company name, mailing address, e-mail address, telephone and fax numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. If qualified as an 8(a) firm (must be certified by the Small Business Administration (SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, CAGE Code, Tax Identification Number (TIN), and company structure (Corporation, LLC, partnership, joint venture, etc). Companies also must be registered in the Central Contractor Registration (CCR) at www.ccr.gov to be considered as potential sources. 5. Identification of any GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6. If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation, such as letters or certificates to indicate the firm's status (see item #3 above). To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. Interested offerors should submit their capability statement not exceeding five (5) pages in length. Phone calls will not be accepted or returned. Interested firms or individuals may submit the requested information to: george.gonzalez@fda.hhs.gov or US Food and Drug Administration George Gonzalez 5630 Fishers Lane / HFA-500 OAGS/DAO Rm 2067 Rockville, MD 20857
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA1072900/listing.html)
 
Place of Performance
Address: 8301 Muirkirk RD, Laurel, Maryland, 20708, United States
Zip Code: 20708
 
Record
SN02140333-W 20100506/100504235753-eaeec1ca96c32f9bc5d82df9bbabc05c (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.