SOURCES SOUGHT
66 -- Helium Liquefaction and Recovery System - Sources Sought
- Notice Date
- 4/8/2014
- 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, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- 1130722
- Archive Date
- 5/8/2014
- Point of Contact
- Sondea R Blair, Phone: 8705437469
- E-Mail Address
-
sondea.blair@fda.hhs.gov
(sondea.blair@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment 1, Dimensions Sources Sought MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION This is a sources sought to determine the availability and capability of small businesses to provide a Helium Liquefaction and Recovery System. The associated North American Industry Classification System (NAICS) Code is‐ 334516- Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. Part I: General Information (Introduction/Background/Scope) The U.S. Food and Drug Administration (FDA), is conducting market research to support the Center for Biologics Evaluation and Research's (CBER) requirement for a Helium Liquefaction and Recovery System with up to four (4) 1-Year Option periods for post warranty maintenance. The FDA's Structural Biology section of the Laboratory of Bacterial Polysaccharides within CBER, focuses on the relationship between the three-dimensional structures of bacterial capsular polysaccharides and the immune responses the polysaccharides elicit. The main tool used in the research is a Nuclear Magnetic Resonance (NMR) Spectrometer, which allows for the probing of molecular structures at the atomic level. NMR instrumentation requires periodic supply of high volumes of liquid helium to keep the NMR magnets operational. The laboratory currently has two instruments, a 500 MHz and a 700 MHz NMR spectrometer, and is in process of incorporating a third, 850 MHz spectrometer in the near future. A helium recovery system is required to capture the helium escaping from the NMR spectrometer magnets during routine operations. Because helium is a non-renewable element, the Helium Liquefaction and Recovery System will aid in minimizing operating costs and risk of shortage, while optimizing the supply of the required element. Part II: Work Requirements A. Minimum Technical Requirements At a minimum, the system shall: -Collect gas boiled off from a minimum of four NMR magnets during routine operations, as well as a collect larger boil-off volume during a helium fill -Purify and liquefy the helium -Fit within a room with the following dimensions of 13.6' x 17.2 x 15+ (W x L x H) with pre-established water and power outlets provided by the government - see Attachment 1, Dimensions -Purify, liquefy, and capture all expelled helium with an estimated minimum of 14 L per day - Include a removable liquid helium tank for use in filling the magnets with the liquefied helium -Have capacity to collect helium from up to four NMR spectrometer instruments. B. Minimum Service Requirements -Complete system installation by qualified personnel - The contractor shall provide inside delivery, installation, and clean-up of the installation site for the entire system with documented Installation/Operational Qualification, validation, and on-site training • Include a minimum of a 1-year parts and labor warranty from the date of acceptance C. Post-Warranty Maintenance At a minimum, the Contractor shall provide the following services during the option periods for post-warranty periods: -One (1) scheduled preventive maintenance visit annually inclusive of parts, travel, and labor expense. - Include unlimited corrective/remedial maintenance visits within 3 business days of call for service. - Include unlimited technical support, Mondays - Fridays (excluding Federal Holidays) between the hours of 7:00 AM - 5:00 PM Eastern Time, within 8 business hours of contact for assistance (e.g., telephone-based, email-based, website-based, etc.) - Include unlimited software and firmware updates. - All maintenance and repair activities shall be performed by trained and certified technicians/engineers, following Original Equipment Manufacturer (OEM) specifications, manuals, and service bulletins, using OEM replacement parts, components, subassemblies, etc. - Access for the FDA Contracting Officer's Representative (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. -Inclusive of labor, travel, replacement parts, components, subassemblies, etc. Part III: Supporting Information A. Place of Performance Shall be delivered to: U.S. Food and Drug Administration 10903 New Hampshire Avenue Silver Spring, MD 20993 B. Period of Performance System delivery and installation shall be completed within 180 calendar days from date of award. Part III: Instructions to Prospective Respondents 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. -At a minimum provide: 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. -Business name and bio, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, 8(a), SDB, WOSB, EDWOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address; -Three (3) years of past performance information for the same or substantially similar items, to include date of services, description (should also include technical literature and specifications), 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; -Descriptive literature, brochures, specifications, marketing material, etc. detailing the nature of the services the responding firm is regularly engaged in providing; -If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this requirement; -Although this is not a request for quote, informational pricing is encouraged; 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. The Government is not responsible for locating or securing any information, not identified in the response. 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 23, 2014 by 9:00 AM (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, OO|OFBA|OAGS|DAP, Attn: Sondea Blair, 3900 NCTR Road, Bldg 50/Room 421, HFT‐320, Jefferson, AR 72079‐9502 or email sondea.blair@fda.hhs.gov. Reference #1130722 in all correspondence with the point of contact listed above. Notice of Intent Responses to this sources sought announcement will assist the Government in determining whether this requirement should be set aside for small business, made available to full and open competition or procured through other than full and open 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 combined synopsis/solicitation (No. FDA-13-223-SOL-1130722) may be published via 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/DCASC/1130722/listing.html)
- Place of Performance
- Address: 10903 New Hampshire Avenue, Silver Spring, Maryland, 20993, United States
- Zip Code: 20993
- Zip Code: 20993
- Record
- SN03332478-W 20140410/140409021554-338dfd440090ecf4e869b1d1957be0db (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 |