SOURCES SOUGHT
66 -- Field Emission Gun (FEG) Scanning Electron Microscope (SEM) - room diagram
- Notice Date
- 4/24/2012
- 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, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- FDA-1100744
- Archive Date
- 5/24/2012
- Point of Contact
- Nicholas E Sartain, Phone: 870-543-7370
- E-Mail Address
-
nick.sartain@fda.hhs.gov
(nick.sartain@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- attachment 1- room diagram MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION The U.S. Food and Drug Administration (FDA), is conducting market research to support the National Center for Toxicological Research (NCTR) Nanotechnology Core Facility requirement for a Field Emission Gun (FEG) Scanning Electron Microscope (SEM). The FDA is seeking business sources for the FEG-SEM, including total small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, 8(a) certified companies and other than small businesses. The following information is provided to assist the FDA in conducting Market Research to identify potential contractors for this effort: The government is seeking capability statements from small business manufacturing companies and large business may also respond that can provide a Field Emission Gun (FEG) Scanning Electron Microscope (SEM) as detailed below. The vendor must also be capable of providing extended service agreement coverage for multiple years after the initial warranty has expired. The instrument shall be equivalent to the salient characteristics described herein. The Field Emission Gun (FEG) Scanning Electron Microscope (SEM) will be used to obtain high resolution images of materials, cells, and tissues at the micron, sub-micron, and nanometer scale, taking advantage of the high resolution of SEM's with FEG electron sources. The FEG-SEM will also be integrated with a serial sectioning device to achieve sequential SEM images of materials following serial sectioning. The combination of devices will allow 3-dimensional analysis of tissue specimens with low-nanometer resolution in the X-Y plane and Z-plane resolution depending on the serial sectioning device (we are targeting 10-70 nanometer serial sectioning). Researchers will be able to image materials at the low-nanometer scale, or sequentially section-image biological specimens to address hypotheses or questions regarding high resolution structure, location of proteins using immuno-gold labeling, or locate nanoscale materials within biological structures. Performance specifications: 1. Scanning electron microscope (SEM) platform; 2. Schottky-type, thermal field emission gun (FEG) with accelerating voltage of 1-30kV; 3. System must be capable of beam deceleration prior to hitting the sample with the beam to reduce the landing energy (which is known to improve resolution and contrast). Must also be able to perform beam deceleration if a sequential sectioning device (e.g. Gatan 3View2® system) is being used to collect data; 4. System must have an in-lens detector for imaging; 5. Resolution of the FEG-SEM should be 3 nm at 1 kV (systems with resolution of <3 nm will also be considered); 6. SEM should have magnification up to 500,000x (or higher); 7. The detectors should include E-T type secondary electron detector and retractable solid state backscatter electron detector; 8. FEG-SEM system must be capable of operation with a serial section device (specifically a Gatan 3-View2 system) for serial block-face SEM and EDS analysis; 9. FEG-SEM system must have STEM (Scanning Transmission Electron Microscopy) capabilities available; 10. The FEG-SEM system should include the required computer hardware and software for operation, and the operating system should be Windows-based. The SEM's operating system must be compatible with expected optional items (e.g. Gatan 3View2 system and EDS analysis) which also operate under Windows; 11. The FEG SEM must be capable of operating in the space shown as room B023.3 in attachment 1: 12. The FEG-SEM system should include the installation of an electromagnetic field suppression system. An electromagnetic field report is available. 13. The FEG-SEM should include an Energy Dispersive Spectral (EDS) X-ray emission analyzer with 30x30 mm X-ray detector. 14. The FEG-SEM should include a STEM (Scanning Transmission Electron Microscopy) system for SEM; 15. The FEG-SEM should include a metal coating system such as a high-vacuum sputter coater appropriate for the FEG-SEM being proposed, and capable of working with the FEG-SEM and Gatan 3View2® system; 16. Software that will perform seamless assembly of multiple images to form montage; 17. The FEG-SEM should include additional years of warranty/service for 1, 2, 3 and 4 years beyond the initial year of warranty. The optional service agreement includes parts and labor: The service agreement shall include the following: • Minimum of one (1) preventative maintenance (PM) visit per contract year; • Unlimited emergency repairs; • Unlimited Priority Telephone Support; • Peak performance maintenance kits; • Software updates; • All labor, travel, and parts (except consumables); The contractor shall perform all necessary repair service and standard preventative maintenance of the system. Contractor shall perform work related to service bulletins or other manufacturer's stipulated repairs that may occur during the contract period. The offeror may provide information on multiple types of service agreements plans available. The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered instrument and components meet the technical requirements identified above. Firms believing they can meet the requirements to the above specifications are encouraged to respond electronically with no less than the following information: • Business name, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address; • Sufficient descriptive literature that unequivocally demonstrates that offered products and services meet or exceed above specifications. • At a minimum provide the following: All descriptive material necessary for the government to determine whether the product offered meets the technical requirements including: technical specifications, descriptive material, literature, brochures and other information, which demonstrates the capabilities of the contractor to meet the requirement. Indicate whether the organization is the manufacturer of the items or authorized reseller. If reseller, include the manufacturer's name, address and DUNS number. • If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement are also requested. • Provide information if any of these specifications are too restrictive. No response will be considered that the listed specifications are adequate in a competitive environment. • If a large business, provide if subcontracting opportunities exist for small business concerns. • Though this is not a request for quote, informational pricing must be submitted. The government is not responsible for locating or securing any information, not identified in the response. The associated North American Industry Classification System (NAICS) Code is- 334516- Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. Interested Contractors must respond with capability statements which are due in person, by postal mail or email to the point of contact listed below on or before May 9, 2012 by 13:00 hours (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OA/OAGS, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502 or email nick.sartain@fda.hhs.gov. Reference FDA1100744. Notice of Intent Responses to this sources sought announcement will assist the Government in determining whether or not any future requirement similar to this one should be set aside for small business, made available to full and open competition or seek a SBA non-manufacturer rule waiver. It is the Government's view that their are no small business manufacturers of a FEG-SEM system capable of meeting the requirements of the Government. The Government intends to seek a non-manufacturer rule waiver unless it is determined based on responses received from this sources sought notice that a small business manufacturer can meet the requirement. Disclaimer and Important Notes This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in FedBizOpps. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA-1100744/listing.html)
- Place of Performance
- Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Zip Code: 72079
- Record
- SN02729851-W 20120426/120424235441-626af659148cea6683471499c77acd0b (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 |