SOURCES SOUGHT
66 -- 6-Well Stainless Steel Exposure Modules
- Notice Date
- 3/24/2014
- 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, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- FDA1131693
- Archive Date
- 4/11/2014
- 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
- 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) requirement for a stainless steel exposure module. The FDA is seeking small business sources to determine the availability and capability of small business manufacturers or small businesses capable of supplying, and subsequently maintaining, a U.S. made product of a small business manufacturer or producer for a stainless steel exposure module described herein. Other than small business concerns are also encouraged to submit capability statements. The following information is provided to assist the FDA in conducting Market Research to identify potential contractors for this effort: The associated North American Industry Classification System (NAICS) Code is-334516- Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. The Food and Drug Administration (FDA), The Food and Drug Administration (FDA), National Center for Toxicological Research (NCTR) requires two (2) Stainless Steel Exposure Modules to hold four (4) inserts for 6-well plates and one (1) Stainless Steel Exposure Modules to hold three (3) inserts for 6-well plates to serve the tobacco research needs of the NCTR. The exposure modules shall be used to validate the whole smoke experiment and optimize the in vitro studies of whole smoke or gas mixtures. The cells will be cultured in 6-well inserts and then get consistent exposure using the exposure modules specified herein. The project involves exposing human cell cultures used in the cytotoxicity assay to tobacco smoke generated by a Jaeger-Baumgartner 30-port Cigarette Smoking Machine. The exposure modules must be compatible with the Jaeger-Baumgartner 30-Port Cigarette Smoking Machine. This equipment will be used to conduct the studies outlined above to provide needed data to determine the risks associated with exposure to specific levels of whole tobacco smoke, thus filling in data-gaps that exist in risk assessment models. In addition, the equipment will allow the FDA to be able to quantify the toxicity of whole cigarette smoke, and will provide the FDA/CTP with data regarding the relative toxic and biomarkers of harm for tobacco products. Performance requirements General specifications: The components and/or equipment shall be newly manufactured, not used, refurbished, or previously used for demonstration. Modules must be compatible with a Jaeger-Baumgartner 30-Port Cigarette Smoking Machine Stainless steel exposure modules must have at least 4 places to hold 4 6-well plate culture inserts. The three (3) insert exposure module must hold 3 6-well plates. Module shall be compatible with the existing inserts that the Government is currently using (Corning PET Membrane Transwell Clear inserts catalog #353090, #353091 and #353092). Exposure system shall be airtight with a Borgwaldt leak tester drop rate maximum of 15 mm/min Smoke exposure must be compatible with any standard smoking regimen (ISO 3308 specification, Federal Trade Commission cigarette test method and Canadian Intense Regime) as well as user-defined protocols, and real human pattern smoking conditions and have a clean air phase where all smoke from one puff is evacuated by clean air before the next fresh puff arrives in order to simulate the human smoking behavior; Module which is in contact with media, cells, bacteria, etc., must be capable of standard autoclavable procedures (i.e. at 121 °C for 20 min); Module shall allow dose regulation via dilution, exposure time and/or flow Rate; Module shall allow the culture medium supply to be static; Provide all calibration valves required for the system Dilution Air System: The tobacco generated smoke must be diluted with clean air dynamically for dose-response measurements in a freely defined dilution range of 0.1 - 15 liter air/min. The system shall be connected to a clean air distribution system for exposure modules. Humidification station: includes a covered water bath, pressure regulator, safety release valve, permeation unit, liquid separator, heated probe, relative humidity and temperature monitoring instrument, rotameter for bypass function, and all connectors required to connect the humidification station to the 6-well stainless steel exposure modules. Vacuum Pump; 2 m3/h Water bath with pumping function: Integrated heating system to maintain the ideal temperature consistent with the culture of the cells or bacteria (must not require an incubator to maintain the temperature. Rack System for the SS exposure modules so that tobacco generated smoke shall be delivered to each compartment for cells or bacteria with a controlled flow rate ranging from 2 - 150 mL/min. The rack system is a way of connecting up to 5 of the SS modules to minimize the distance the air/smoke must travel to deliver the required exposure. Exposure module must have a media reduction option to reduce the media volume to 3-5ml for each of the four 6-well plate culture inserts. Microbalance sensor and controller which allows exposure system to have the option to measure the dose online in real time using a quartz crystal microbalance which can be set instead of a culture insert/petri dish; this feature must be possible with each single compartment for cell culture insert. Mass flow controller, range 0-10 L/min Installation, Training and Additional System Requirements. The contractor shall provide in-side delivery, installation and operator familiarization training for each system. The contractor shall provide one (1) day of on-site training. Offered systems shall be a turn-key solution i.e. the contractor shall be responsible for providing all hardware, components, instruments, computers, software, and that otherwise required to meet these specifications and the FDA's stated need. The systems shall be delivered (in-side delivery) with all necessary supplies and accessories required for installation and start-up. Systems shall be warranted for not less than one (1) year from FDA acceptance of the system(s) to include on-site training. Warranty service shall include trouble-shooting capabilities based on complete knowledge of the entire system, immediate access to replacement parts, and immediate access to system improvements and updates. Post-Warranty Service Agreement (preventive and corrective maintenance) shall, at a minimum, include the following - Minimum of one (1) planned preventative maintenance visit per contract period per instrument. - Unlimited phone and email support during the contractor's normal operating hours. - Preventative maintenance shall include all labor, travel, and parts (except consumables); - Performance by formally trained and certified technicians/engineers, following Original Equipment Manufacturer (OEM) specifications, manuals, and service bulletins, using OEM replacement parts, components, subassemblies, etc. - Access by the FDA COR and system operator personnel to the manufacturer's call center for technical assistance, which is staffed by senior engineers to provide a high level of expertise for troubleshooting the instrument. - System software and firmware updates required for reliability improvements and correction of any defects; - Service Records and Reports The Contractor shall, commensurate with the completion of each service call or preventative maintenance visit, provide the end-user of the equipment and the Contracting Officer with a copy of a field service report/ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment being serviced/repaired and detailing the reason for the service call, a detailed description of the work performed, the test instruments or other equipment used to affect the repair or otherwise perform the service, the name(s) and contact information of the technician who performed the repair/service, and for information purposes, the on-site hours expended and parts/components replaced. Delivery/installation date is within 120 calendar days after receipt of order. FOB Point of Delivery for Services and Supplies will be the FDA located at 3900 NCTR Road, Jefferson, AR 72079. The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered products/services and components meet the technical requirements identified above. Though the target audience is small business manufacturers or small businesses capable of supplying a U.S. made product of a small business manufacturer or producer all interested parties may respond. At a minimum, responses shall include the following: • 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 (Provide this same information if responding to provide a product manufactured by another firm); • Sufficient descriptive literature that unequivocally demonstrates that offered products and services can meet the above requirements. All descriptive material necessary for the government to determine whether the service/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. • Information on available service/maintenance plans. • Three (3) years of past performance information for the manufacture and/or sale and maintenance support in which the offeror has provided same or substantially similar system solutions and used for same or near-same applications as set forth herein. For each past performance reference include the date of sale, description, dollar value, client name, client address, client point of contact name, client point of contact mailing address (if different from that provided for client), client point of contact phone number, client point of contact email address, and name of the manufacturer (to include DUNS number and size status) if not the respondent. • If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement. • 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, identify the subcontracting opportunities that would exist for small business concerns; • Standard commercial warranty and payment terms; and • Though this is not a request for quote, informational pricing is encouraged. The government is not responsible for locating or securing any information, not identified in the response. The Government encourages any comments and/or suggestions from any interested party, regarding the specifications. While the Government will not respond directly to your comments and/or suggestions; we will consider them as we finalize the specifications in preparation for the forthcoming solicitation. Interested Parties 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 April 7, 2014 by 13:00 hours (Central Time in Jefferson, Arkansas) to nick.sartain@fda.hhs.gov, or mail to the Food and Drug Administration, OO/OFBA/OAGS/DAP, Attn: Nick Sartain, 3900 NCTR Road, Building 50, Room 422, Jefferson, AR 72079-9502. Reference FDA1131693. 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 procure through sole-source acquisition procedures. 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/FDA1131693/listing.html)
- Place of Performance
- Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Zip Code: 72079
- Record
- SN03318032-W 20140326/140324234157-9bf1ecc231c2e7c043c78a432ef71a56 (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 |