SOURCES SOUGHT
66 -- Microwave with Oxygen Combustion Technology
- Notice Date
- 6/11/2014
- 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
- FDA1135028
- Archive Date
- 7/3/2014
- Point of Contact
- Regina R. Williams, Phone: (870) 543-7012
- E-Mail Address
-
regina.williams@fda.hhs.gov
(regina.williams@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 Office of Regulatory Affairs (ORA) Arkansas Regional Laboratory (ARL) requirement for a Microwave with Oxygen Combustion technology with four (4) 1-year Post-Warranty Maintenance Options. This is a Sources Sought Notice to determine the availability and capability of Small Business Manufacturers or Small Businesses capable of supplying a U.S. made product of a small business manufacturer or producer. This notice is for planning purposes only, and does not constitute an Invitation for Bids, Request for Proposals or Request for Quotation, or an indication the Government will contract for the items contained herein. This notice 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 notice. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The associated North American Industry Classification System (NAICS) Code is- 334516- Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. Statement of Need The growth of nanotechnology is leading to products which contain not only typical metallic nanoparticles, but also complex carbon-based nanomaterials. These typically include carbon nanotubes and graphene, which are being developed for a variety of applications which could impact the FDA. As a byproduct of the synthesis of carbon-based nanomaterials, heavy metals can be incorporated between the layers of carbon. As these metals can be toxic, it is imperative that NCTR and ARL have the ability to break the carbon-carbon bonds associated with these materials. Once the carbon-carbon bonds are broken, NCTR and ARL can perform additional analytical analysis in order to quantitate the levels of these heavy metals. Recently, a new technique called microwave-inducted oxygen combustion has been developed to address the difficulties associated with the dissolution of carbon-based materials. This methodology has been well published in peer-reviewed scientific journals, including the following: Mesko, Márcia F., et al. "Focused microwave-induced combustion: a new technique for sample digestion." Analytical chemistry 82.5 (2010): 2155-2160. Pereira, J. S. F., et al. "Microwave-induced combustion of carbon nanotubes for further halogen determination." Journal of Analytical Atomic Spectrometry 25.8 (2010): 1268-1274. Antes, Fabiane G., et al. "Determination of toxic elements in coal by ICP-MS after digestion using microwave-induced combustion." Talanta 83.2 (2010): 364-369. This equipment will be "core" equipment in the NCTR/ORA Nanotechnology Core Facility that is supporting the nanotechnology needs of NCTR and the Arkansas Regional Laboratory of the Office of Regulatory Affairs, which are co-located on the Jefferson Laboratories Campus. Statement of Work General specifications: •The components and/or equipment shall be a newly manufactured, not used and refurbished, or previously used for demonstration. •The entire system shall be warranted for parts and labor for a minimum of 12 months from date of installation acceptance. •The systems shall be delivered with all necessary supplies and accessories required for installation and start-up. •The contractor shall provide on-site service and repair, returning equipment to the manufacturer is not acceptable. •The contractor shall provide on-site operator training/familiarization for the system. Such familiarization shall include system operations, optimization, and basic preventative maintenance procedures. •The contractor shall include all parts, travel, and labor to complete the installation. Technical Requirement: •The system shall be a design consistent with the use of microwave-inducted oxygen combustion. The contractor shall be able to document the used of their proposed equipment in the dissolution of carbon-based nanomaterials. •The microwave shall supply a minimum of 1500 watts of power. •The microwave shall include a touch screen interface or laptop computer for software control. •The system shall include a minimum of eight (8) vessels which are appropriate for the digestion or dissolution of carbon-based materials and microwave-inducted oxygen combustion. •The system shall include an appropriate rotor for processing of a minimum of eight (8) vessels which are appropriate for the digestion or dissolution of carbon-based materials and microwave-inducted oxygen combustion. These vessels shall be composed of quartz. •The system shall include appropriate sensors in order to monitor both temperature and pressure within the vessels. •The system shall include all accessories which are necessary to perform microwave-inducted oxygen combustion on the eight (8) aforementioned vessels. •The system shall include all accessories which are necessary to safety charge the eight (8) vessels with oxygen. •System shall operate using standard 208/230V power supply. •Vendor shall provide application and operation manuals. Options: Four (4) 1-year option periods for Post-Warranty System Service Maintenance Agreement shall include, at a minimum, the following: •Shall include one (1) planned preventative maintenance visit per contract year. •Shall include unlimited corrective/remedial maintenance visits within 3 business days of call for service. •Shall include unlimited technical support, Mondays - Fridays (excluding Federal Holidays) between the hours of 8:00 AM - 4:30 PM (Central Time) within 24 business hours of contact for assistance (e.g., telephone-based, email-based, website-based, etc.). •Shall include unlimited software and firmware updates, as applicable. •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 OEM replacement parts, components, subassemblies, etc. •All maintenance pricing shall be inclusive of labor, travel, replacement parts, components, subassemblies, etc. 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. Place of Performance FDA/NCTR/ARL Jefferson Laboratories Complex 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. 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 meet the above specifications. 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. Three (3) years of past performance information for the manufacture and/or sale of same or substantially similar items to include 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. The government is not responsible for locating or securing any information, not identified in the response. Interested Parties shall respond with capability statements which are due in person, by postal mail or email to the point of contact listed below on or before June 18, 2014 by 12:00 hours (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, Office of Acquisition & Grants Services, Field Operations Branch, Attn: Regina Williams, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502 or email regina.williams@fda.hhs.gov. Reference FDA1135028. 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 shall 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 Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information shall 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/FDA1135028/listing.html)
- Record
- SN03392554-W 20140613/140611235653-bbe4410ffdd420a5c5e3821df7b0d0fa (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 |