SOURCES SOUGHT
66 -- Automated Powder Dosing System - FDA-SS14-1135160
- Notice Date
- 6/30/2014
- Notice Type
- Sources Sought
- NAICS
- 333997
— Scale and Balance 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-SS14-1335160
- Archive Date
- 7/22/2014
- Point of Contact
- Christopher R. McGucken, Phone: 2404027599
- E-Mail Address
-
christopher.mcgucken@fda.hhs.gov
(christopher.mcgucken@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice- Word Format. TITLE: Automated Powder Dosing System OPDIV: FDA, Center for Food Safety and Applied Nutrition This is a SOURCES SOUGHT NOTICE to determine the availability of potential small businesses (e.g., 8(a), service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, veteran-owned small business, and women-owned small business) in accordance with FAR 7.104(d). The potential small business will need to demonstrate the capability to perform all facets of the work described below. The sole intent of this Sources Sought Notice is to obtain capabilities for set-aside and procurement planning purposes. This is not an invitation for bid, request for proposal, or other solicitation, and in no way obligates the Food and Drug Administration (FDA) to award a contract. BACKGROUND The Food and Drug Administration’s Center for Food Safety and Applied Nutrition (CFSAN) is seeking an Automatic Powder Dosing System. This instrument shall provide an automatic means to accurately weigh solids (i.e. powders). This automated system shall be used to speed accurate sample dispensing while limiting exposure of personnel to toxic materials. CONTRACTOR REQUIREMENTS Respondent Contractors shall be able to provide: One (1) Automatic Powder Dosing System, which at a minimum, can meet the following requirements: 1.) The system shall provide 5 microgram readability and must have a 220 g capacity. 2.) The system shall be supplied with a self-learning powder dosing head which adjusts for individual powder flow properties during dispensing. 3.) The system shall allow for automated handling of samples 4.) The system shall have a programmable RFID chip in disposable dosing heads which allows the information to be saved and the weighing data traceable. 5.) The system shall have a built-in Anti-static kit. 6.) The system shall have a touch screen display. 7.) The system shall provide a means to automatically weigh and dispense solids (i.e. powders). 8.) The system shall be able to dose 1 milligram to 250 milligrams in 15-60 seconds 9.) The system shall include a printer for making labels (e.g., for reagent vessels) and strip printer for labeling samples. 10.) The system shall allow connection to a PC or network via Ethernet 11.) The system shall have ability to connect to peripheral devices such as label reader, barcode reader, host PC. 12.) Shall include software for PC interfacing and transfer of data to Excel and other programs. 13.) Shall include all necessary cabling. 14.) The system shall be accompanied by, at minimum, a one year warranty; covering all parts, labor and travel. Additionally, offerors must be able to provide the following services to accompany the equipment offered above. 1.) The system shall be installed and qualified by vendor. A calibration report shall be included with installation. 2.) Basic training shall be included with installation. 3.) The offeror shall have the capacity to provide yearly maintenance and calibration on the system offered. Capability statements must demonstrate the minimum requirements outlined above. Please address each in the order listed above and include any product sheets for the proposed system. Please provide the follow Business information on your coversheet: DUNS Number Company Name Company Address. Company Point of Contact, phone number and email address Type of company under NAICS, as validated via the System for Award Management (SAM). Additional information on NAICS codes can be found at www.sba.gov. Any potential government contract must be registered on the SAM located at http://www.sam.gov/index.asp. Corporate structure (corporation, LLC, sole proprietorship, partnership, limited liability partnership, professional corporation, etc.); Current GSA Schedules appropriate to this Sources Sought Current Government Wide Agency Contracts (GWACs) Point of Contact, phone number and email address of individuals who can verify the demonstrated capabilities identified in the responses. Interested parties having the capabilities necessary to supply and perform the stated requirements may submit capability statements via email to the point of contact listed below. Responses shall be limited to 11 pages, inclusive of cover sheet. Responses must be received not later 3:00 PM Eastern Time, July 7th, 2014. Capability statements will not be returned and will not be accepted after the due date. Documentation should be emailed to: Christopher.McGucken@fda.hhs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SS14-1335160/listing.html)
- Record
- SN03410631-W 20140702/140701024754-b0cb8344e1abe74ca9fde1eb56794d7d (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 |