SOURCES SOUGHT
66 -- Laser Ablation System - NWR213
- Notice Date
- 6/20/2012
- 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, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- FDA-SS-12-1104514
- Archive Date
- 7/14/2012
- Point of Contact
- Natalie Mitchell, Phone: 301-827-9606, Gina Jackson, Phone: 301-827-1982
- E-Mail Address
-
natalie.mitchell@fda.hhs.gov, gina.jackson@fda.hhs.gov
(natalie.mitchell@fda.hhs.gov, gina.jackson@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- TITLE OF PROJECT/REQUIREMENT Document Type: Sources Sought Notice Solicitation Number: FDA-SS-12-1104514 Requirement Laser Ablation System NWR213 (Brand Name or Equal) Posted Date: 06/20/2012 Original Response Date: 06/29/2012 CONTRACTING OFFICE U.S. Department of Health and Human Services (DHHS) Food and Drug Administration Agency (FDA) / Office of Acquisitions and Grants Services (OAGS) 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) to supply a laser ablation platform that will work with a Thermo XSeries II inductively coupled plasma (ICP) mass spectrometer and afford full compatibility and bidirectional communication between the two instruments. Data acquisition and evaluation software packages, computer, monitor, and standard computer peripheral components are to be included. Training using authentic parts must be afforded on the XSeries II instrument as well as customized demonstrations for elemental analyses. The Contractor's capability statement shall demonstrate the company's ability to meet the following requirements. Please provide a detailed description of your company's (including its teammates, if applicable) experience and demonstrated abilities to deliver the specific equipment identified below: GENERAL REQUIREMENTS: CAPABILITIES: The following capabilities are needed for the Laser Ablation System. NWR213 Laser 213 nm Nd:YAG laser, Q-switched Laser pulse energy 25 mJ/cm2 Laser pulse width (full width at half maximum) 4 ns Laser repetition rate 1-20 Hz Spot size 4 - 110 µm Stage resolution 1 µm Stage travel 100 mm x 100 mm, 31 mm depth Optical camera yes, 2 µm, color Size (depth x weight x height) 81 x 61 x 48 cm Weight ca. 91 kg Bidirectional control Vendor installation included for an XSeries II instrument Training with authentic parts Customized demonstration for our project and an XSeries II instrument Demonstrated customer base in the past 3 years and no detrimental effect on an XSeries II instrument Demonstrated applications on an XSeries II instrument Application support for the system in combination with an Xseries II instrument Data acquisition and evaluation software packages, computer, monitor, and standard computer peripheral components Maintenance and warranty service extends beyond delivery for Option Year 1 Maintenance and warranty service extends beyond delivery for Option Year 2 Maintenance and warranty service extends beyond delivery for Option Year 3 Maintenance and warranty service extends beyond delivery for Option Year 4 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 deliver the specific equipment as required. Responses must directly demonstrate the company's capability, experience, and/or ability to supply the Laser Ablation System to meet all of the above specifications; and evidence that the contractor can satisfy the general 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. Business size for NAICS 334516 (size standard $ or number of employees) and status, if qualified as an 8(a) firm (must be certified by 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, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. 5. If applicable, identification of the firm's 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). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. 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. This notice is for planning purposes only, and does not constitute an Invitation for Bids, Request for Proposals, Solicitation, Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request 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 request. The Government will 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 announcement. Responses to this notice must be received via email to Contract Specialist Natalie Mitchell at email address Natalie.mitchell@fda.hhs.gov no later than 4:00 PM Eastern Standard time on Friday, June 29, 2012 for consideration. Responses to this announcement will not be returned, nor any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and the FDA may contact one or more respondents for clarifications and to enhance the Governments understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SS-12-1104514/listing.html)
- Place of Performance
- Address: 10903 New Hamshire Avenue, Building 62 Room G245, Silver Spring, Maryland, 20993, United States
- Zip Code: 20993
- Zip Code: 20993
- Record
- SN02781708-W 20120622/120621000633-2b55a2b376dbe027a63f6a2515549672 (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 |