Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2010 FBO #3098
SOLICITATION NOTICE

66 -- Differential Scanning Calorimeter Machine

Notice Date
5/17/2010
 
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
1072754
 
Archive Date
6/11/2010
 
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
Classification Code: 66 Subject: Differential Scanning Calorimeter Machine Solicitation Number: FDA1072754 Response Date: 27 May 2010 DESCRIPTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES 13.5. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-33. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 for full and open competition. The FDA intends to issue a firm fixed-price purchase order for a Differential Scanning Calorimeter Machine that meets or exceeds the following specifications: Temperature Range: -75°C to 500°C. This temperature range must be accomplished through the use of mechanical cooling without the need of using liquid nitrogen. Calorimeter Sensitivity: The Indium peak height/width ratio (i.e., response ration) of the calorimeter must be > 50. The indium peak height/width ratio is a measure of the sensitivity and resolution of the DSC instrument, with higher value indicating higher sensitivity and better resolution. Robotic Auto-sampler: Because this instrument will be used extensively, and often on a 24 hour basis, it must come equipped with a robotic auto-sampler containing at least 40 sample positions which shall be controllable through a touch-screen display, or by some other means independent of the controlling computer. In addition, as the sample pans employed may vary from run to run, the auto-sampler must also be capable of exchanging the reference pan (at least three positions) and accommodate a variety of DSC pan types, including but not limited to: standard, hermetic, open, and high-volume pans. The calibration of this auto-sampler should be automated such that a typical user can fully calibrate the system in less than 5 minutes. Purge Gas Control: The DSC should include digital mass flow controllers for at least two separate purge gases, such that the purge gas can be automatically switched via software during the experiment. The flow rate must also be adjustable via software during an experiment. The flow rates must be data logged into the resulting data file. Cell Replacement: Due to the anticipated heavy use of this instrument, it may be necessary to periodically replace the DSC transducer cell. This replacement must be accomplished by the user, without the need for a service visit. The instrument should also accommodate specialty cells, such as a high-pressure cell, as it may also be used to study super-critical reactions. These specialty cells should be user-replaceable, and require little or no special installation. Temperature Modulated DSC: The instrument must be capable of performing temperature modulated DSC experiments over the entire temperature operating range and must be capable of performing these experiments in heating, cooling, or pseudo-isothermal modes (pseudo-isothermal is defined as an average isothermal temperature with superimposed modulation). The pseudo-isothermal mode is critical for our research, as we intend to study time-dependent effects on heat capacity at isothermal temperature. The modulated temperature profile must be a regular, periodic function of known amplitude and frequency to ensure steady state control during the experiment, as well as experimental reproducibility. Random temperature perturbations are less reproducible and as such are not acceptable for our research. Software: As this DSC will be used by numerous researchers, it is critical that the analysis software be un-keyed, and should include a site license such that it may be installed (if-needed) on an unlimited number of computers within the FDA. The data file format should easily allow sharing/transfer of data files as individual electronic documents. The data analysis program should also include a.pdf generator, for the efficient export of analyzed plots. These capabilities must be demonstrated for product acceptance. The user must be able to monitor record and access both the raw signals, as well as the deconvoluted signal [including heat capacity, total heat flow, heat flow phase, modulation-dependent (heat capacity) heat flow, and modulation-independent (kinetic) heat flow] in real time, while the experiment is being performed. In addition, the instrument software must be capable of performing a series of auto-diagnostic tests, either manually or through the scheduling component allowing for the instrument to be fully calibrated and verified automatically, without the need for operator presence. Calibrations must include baseline, cell constant, and temperature. Scheduling capabilities must be present, such that these calibrations and/or verifications can be programmed to perform during normal quiescent periods, such as overnight or on weekends. Options for additional tests verifying the performance of various instrument components such as auto-sampler, motors, electronic boards, mass flow controllers, etc. must also be present. QUESTIONS DEADLINE: all questions must be received by email (george.gonzalez@fda.hhs.gov) before 1:00 pm (1300) EST on 21 May 2010. Delivery terms shall be FOB Destination. FOB Destination means the contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. 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 contract to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor described to "Meet or Exceed the Requirement," and 2) Price. Technical Capability is significantly more important than price. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise an option line item. Evaluation of Technical Capability shall be based on the requirements provided in the quotation. Offerors shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. FAR provisions can be found on the following website: http://www.arnet.gov. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.225-2 Buy American Certificate; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.225-1, Buy American Act--Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration. This is a Combined Synopsis/Solicitation Differential Scanning Calorimeter Machine as defined herein. The Government intends to award a Firm Fixed-Price Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. Additionally, all quotes shall include price (s); FOB point; a poc (name and telephone number); a statement from the offeror verifying that they are CCR Registered under NAICS code 334516; delivery date (delivery date is of the utmost importance); business size; and payment terms. Delivery shall be to FDA, 10903 New Hampshire Ave, Building 64, Silver Spring MD 20993. FDA intends to make an award soon after the response date of this notice and all bids must be submitted via email and be received by 1:00 PM (1300) EST on 27 May 2010 to the attention of George Gonzalez, george.gonzalez@fda.hhs.gov. Offerors shall ensure the RFQ number is visible in the header of the email. FAX QUOTES SHALL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1072754/listing.html)
 
Place of Performance
Address: 109030 New Hampshire Ave, Building 64, Silver Spring, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN02152032-W 20100519/100517235121-6e50113e2a8aa199c5278ac74466d43a (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.