SOURCES SOUGHT
66 -- Inductively Coupled Plasma Mass Spectrometer System
- Notice Date
- 4/15/2014
- 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
- 1130868
- Archive Date
- 5/16/2014
- 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
- 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 an Inductively Coupled Plasma Mass Spectrometer 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 Office of Regulatory Affair's (ORA) requirement for an Inductively Coupled Plasma Mass Spectrometer System with up to four (4) 1-Year Option periods for post warranty maintenance. ORA's Arkansas Regional Laboratory's (ARL) Nanotechnology Core Facility requires an Inductively Coupled Plasma Mass Spectrometer system (ICP-MS) to increase sample capacity for the determination of nanomaterials in FDA regulated products, as well as to support ongoing research efforts in the area of nanotechnology. Approximately 1,000 known FDA regulated products incorporate nanomaterials, with more products appearing on the market at an increasing rate. Many of these nanomaterials are engineered to contain metallic components (silver, gold, titanium, etc.) which are amenable to analysis by ICP-MS. This system will be primarily used to analyze foods, animal tissues, and nanoparticle standards for elemental content. Part II: Work Requirements A. Minimum Technical Requirements The System Shall: -Be consistent with a quadrupole design -Allow for utilization of a minimum of three reaction gases (e.g. He, H2, O2) -Include traditional glass sample introduction kit (spray chamber, injector, nebulizer, etc.), and sample introduction kit compatible with the use of hydrofluoric acid (HF) -Be capable of auto-tuning torch position, collision/reaction cell gas flow, plasma parameters, lens voltages, mass analyzer, and detector -Include a heat exchanger sufficient for cooling the ICP-MS unit -Be newly manufactured, not used, refurbished, or previously used for demonstration -Be a turn-key system, with all necessary supplies and accessories required for installation and start-up. This shall include gas regulators, gas filter(s), appropriate tubing (shall include minimum 50 feet of appropriate tubing to span from the instrument to the argon source within the Government facility), fittings, and tuning solutions -Include an autosampler for sample volumes down to 2 mL or less, with a minimum capacity of 100 samples. -Autosampler shall be able to accept priority samples during a run without having to cancel and restart the sequence. -The Autosampler shall allow for continuous flow rinse port to minimize cross contamination -Include a cover for the autosampler, which can be used during analysis, for the minimization of fumes and contamination -Be a bench top design -Include a cover for the roughing pump(s) or other measure for audible noise control B. Turn-Key System Offerors are expected to provide a turn-key solution which shall include, but not be limited to: -All hardware, components, interfaces, instrument computers, software, installation and installation engineering support, on-site familiarization and operation training, and required to meet these specifications and the FDA's stated need and intended use for these systems. -The system shall include a complete workstation for instrument control, data acquisition, and data analysis system including computer, monitor, and printer. Software shall allow the following: A) Quantitative analysis B) Semi-quantitative analysis C) Qualitative analysis D) Real-time data display E) Auto-tuning F) Automated control of gases G) Data acquisitions H) Method setup I) Isotope ratio and isotope dilution analysis J) The ability to provide real-time quality control actions during an analysis C. Inside Delivery, Installation, and Training The Contractor Shall: -Provide inside delivery, installation, and clean-up of the installation site for the entire system. Upon installation, the vendor shall demonstrate and provided documentation that the system meets or exceeds all performance specifications. Installation shall be inclusive of all labor, parts, installation kits, and travel expense. -Provide onsite operation/familiarization for the system inclusive of system operations, calibration, optimization, and basic preventative maintenance procedures -Provide training, at the vendor's training facility, for a minimum of one Government operator D. Service Requirements I. Warranty -System shall be inclusive of a minimum 12-month warranty inclusive of parts, labor, and travel expense to commence upon installation, training, and acceptance of the equipment. II. 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 formally trained and certified technicians/engineers, following Original Equipment Manufacturer (OEM) specifications, manuals, and service bulletins, using new 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. E. Optional Items -Four days (32 hours) of applications training at the place of performance. Such training shall provide detailed information on the entire system, including hardware, software, and maintenance procedures. -Additional training for mass spectrometer operation for at least three (3) operators at the contractor's training facility. This training shall have a minimum expiration of one- year from the installation of the system. Part III: Supporting Information A. Place of Performance Shall be maintained at: U.S. Food and Drug Administration 3900 NCTR Rd., Bldg 53A, Rm 219 Jefferson, AR 72079 Vendor shall coordinate installation with Project Officer (to be provided with order). B. Period of Performance System delivery and installation shall be completed within 120 calendar days from date of award. Part IV: 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 May 1, 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 #1130868 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-14-223-SOL-1130868) 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/1130868/listing.html)
- Place of Performance
- Address: National Center for Toxicological Research, 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Zip Code: 72079
- Record
- SN03338989-W 20140417/140415234735-a81c96f61f8ab95fba16837ebebd5a15 (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 |