SOLICITATION NOTICE
66 -- Karl Fisher Titrator System
- Notice Date
- 8/25/2014
- Notice Type
- Combined Synopsis/Solicitation
- 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
- 14-223-SOL-00128
- Archive Date
- 9/6/2014
- Point of Contact
- Janice Heard, Phone: 215-717-3093
- E-Mail Address
-
janice.heard@fda.hhs.gov
(janice.heard@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals/bids are being requested and a written solicitation will not be issued. The solicitation number is 14-223-SOL-00128. This solicitation is issued as a Request for Quotation (RFQ). This is a firm fixed price requirement. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-75, June 24, 2014. The associated North American Industry Classification System (NAICS) Code is 334516 Analytical Laboratory Instrument Manufacturing. This notice is for Small Businesses, (including HUB Zone, 8a, Small Disadvantaged, Veteran and Service Disabled, Veteran owned and Woman owned Small Businesses). Small Business Size Standard 500 Employees. The Food and Drug Administration is soliciting for a Karl Fisher Titrator System Requirements: The Karl Fischer (KF) Titrator system must meet the following criteria: • The KF system shall run on 110-120 VAC electrical supply. • The KF system shall be able to analyze the water content of liquid samples in the range of 0.100 mg/mL to 5.00 mg/mL (100 - 5000 parts per million, ppm) of water. • The KF system shall be able to handle liquid samples composed of anhydrous isopropyl alcohol (IPA or 2-propanol) with approximately 0.15% anhydrous methanol and approximately 100 µg/mL (ppm) of Anethole (CAS # 4180-23-8). • The KF system shall be able to automatically analyze a minimum of 23 samples, not including any samples needed to calibrate or standardize the system. • The KF system shall use a sample vial that is closed with an appropriate septum and cap so that atmospheric water contamination prior to analysis is eliminated. • The liquid samples will be highly colored and can leave significant residues in transfer lines and syringes on the KF system. The KF system shall have controls in place such as rinses or washes so that the residues of previous samples do not affect the water measurements of subsequent samples. • The KF system shall be able to provide accuracy of 95%-105% from expected value on replicate measurements of water content. • The sample volume available for KF analysis shall be between 50 microliters (50 µL) and ten (10) milliliters (mLs). • The KF system shall come equipped with a close system for the disposal of the waste so that the KF reagent waste exposure is minimized and is not open to the lab environment. • The KF system shall include a computer running Microsoft Windows 7 or later, network-ready laser printer, printer cables and all necessary software to run the system. • The purchase price shall include the necessary reagents and supplies to perform an analysis of 23 or more samples at the installation site for system demonstration purposes. • Installation and Operational Qualification (IQ/OQ) for both hardware and software. • Shipping and handling fees to installation location. • One (1) day of onsite training, for five people, on the operation and maintenance of the Karl Fischer system, including software. • Training shall be held within 4 months of delivery and installation of system and shall be held at the equipment delivery address. If there are local technicians available, travel costs will not be reimbursed for non-local technicians. • The system shall include a one year full manufacturer's warranty on all parts, travel and labor, including software and hardware and shall include at a minimum: coverage on all non-consumable items and parts supplied including base instrument, computer, monitor, printer, and unlimited on-site service visits with a maximum 72-hour on-site response time, factory-certified replacement parts, engineer labor and travel costs, software updates and notifications. • The requested KF system is to be used for low level water measurements. However there will be a future need for a system that can analyze higher water content in the range of 1% to 50%. The proposed KF system shall address how this unit can be upgraded to handle higher water content analyses. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to finish required representations, or reject the terms and conditions of the solicitation, may be excluded from consideration. The government is not responsible for locating or securing any information, which is not identified in the submission. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the government to determine whether the product meets their requirements. Contract type: Commercial Item-Firm Fixed Price. Simplified procurement procedures will be utilized. FOB Point Destination. FOB Point of Delivery for Service or Supplies: Food and Drug Administration 60 Eighth Street, NE Atlanta, GA 30309 The period of performance: Delivery is required 30 days after receipt of order. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None The provision at FAR 52.212-2 Evaluation - Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: (i)Technical capability of the item offered to meet the Government requirement (ii) price. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the product meets the technical requirements. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. The government reserves the right to make an award without discussions. The provision at FAR 52.212-3. Offeror Representations and Certifications - Commercial Items applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following agenda have been attached to the clause. None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-1.52.225-13, 52.232-33 and 52.232-34 Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. SAM Requirements - Company must be registered on System for Award Management (SAM) before an award could be made to them. If company is not registered in SAM, they may do so by going to CCR web site at http://www.sam.gov. The Defense Priorities and Allocations System and assigned rating are not applicable to this solicitation notice. Applicable Numbered Note(s) None. Offers are due in person, by mail, e-mail or fax on or before September 5, 2014 by 15:00 hours (Eastern Time), at Food and Drug Administration OC/OSS/OFFAS, Attn: Janice Heard, 200 Chestnut Street, Philadelphia, PA 19106. ph (215)717-3093, fax (215)597-4390, email: Janice.Heard@fda.hhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/14-223-SOL-00128/listing.html)
- Place of Performance
- Address: 60 Eighth Street, NE, Atlanta, Georgia, 30309, United States
- Zip Code: 30309
- Zip Code: 30309
- Record
- SN03479555-W 20140827/140826000756-ac35476e3adfd07f727edb38b7830baf (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 |