SOURCES SOUGHT
66 -- Microbial System upgrade
- Notice Date
- 9/2/2014
- Notice Type
- Sources Sought
- NAICS
- 454390
— Other Direct Selling Establishments
- 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
- 1140849
- Archive Date
- 9/20/2014
- Point of Contact
- Howard Nesmith, Phone: 870-543-7459
- E-Mail Address
-
howard.nesmith@fda.hhs.gov
(howard.nesmith@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 & Drug Administration (FDA), is conducting market research to support the National Center for Toxicological Research (NCTR), Division of Microbiology requirement for a 3-fold (3-vessel) Qplus and software upgrade for an electric-module Biostat Qplus Microbial System upgrade. (Hardware: Microbox PC427C, Firmware: 6.32, Config: 63_Q+_A110L, and Software serial number: 42686, BioPat MFCS/DA3.0, Software MFCS/DA 4Eth.) The associated North American Industry Classification System (NAICS) Code is‐ 454390 ‐ Other Direct Selling Establishments; Small Business Size Standard is $7.0 in millions of dollars. All capable sources may respond. The Biostat Qplus 3-fold upgrade system will enable researchers to conduct in-vitro studies aimed at understanding the antibacterial resistant colonization often exhibited in humans' gastro intestinal microbiota following long term exposure to residual concentrations of antimicrobial drugs. The NCTR, Division of Microbiology acquired the original Biostat Qplus Microbial System in 2010 with a 3-fold (3 vessels) upgrade in 2012. The need now exists to add an additional 3-fold (3 vessels) and associated software to accommodate the additional vessels to the current system which will provide robust culture condition to determine if residual drug concentration found in food increases antimicrobial resistant population among human intestinal microbiota. The requested equipment shall meet the following Minimum Requirements 1. The system and accessories shall be stainless steel and accommodate three small vessels simultaneously and interface/communicate with the Biostat equipment that is currently in the Microbiology lab. 2. The system shall have a gassing system that uses a pump module with O2 supplementation capability; the involvement of a solenoid valve will is required to facilitate oxygen enrichment as well a number of check and safety valves. These valves will allow for the automatic mixing of gas via the workstation controller. 3. The system shall have two (2) integrated pumps per three (3) small vessels. 4. The system shall be required to possess a thermostat system with recirculation pumps for independent vessel temperature control. 5. The shall have a agitation system that will enable sample material to be stirred (there has to be a coupling between the stirring mechanism shaft and motor). Each stirring shaft material shall be comprised of silicon carbide/carbon and stainless steel blades; each stainless steel lid must have ports for aeration tubes and quick connect hose connectors for tubing. 6. The vessels (3) shall have a minimum volume holding capacity of 1.0 liters. Each vessel shall be jacketed round bottom borosilicate glass with polished stainless steel lids. 7. The system shall come with a 1 year warranty covering parts and labor. 8. The system shall be installed by a certified representative of the vendor as well must instruction and training must be provided for up to one year for End-Users. Delivery and Installation Location US Food and Drug (FDA) National Center for Toxicological Research (NCTR) Division of Microbiology 3900 NCTR Road Jefferson, AR 72079 Responses to this sources sought shall unequivocally demonstrate that respondent is regularly engaged in the manufacture and/or sale of same or substantially similar items. Though the target audience is small business manufacturers or small businesses capable of supplying a U.S. made product of a small business manufacturer or producer, ALL INTERESTED PARTIES MAY RESPOND. At a minimum, responses shall include the following: • 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; [Provide this same information again if responding to provide a product manufactured by another firm.] • 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 (should also include drawings and photos), 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, marketing material, etc. detailing the nature of the items the responding firm is regularly engaged in manufacturing and/or selling; • If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this requirement; • If a large business, identify the subcontracting opportunities that would exist for small business concerns; and • Though 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 September 5, 2014 by 1:00 PM (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OA/OAGS, Attn: Howard Nesmith, 3900 NCTR Road, HFT‐320, Jefferson, AR 72079‐9502 or email howard.nesmith@fda.hhs.gov. Reference 1140849. Notice of Intent Absent any viable responses, the FDA intends to execute a single source award with Sartorius Stedim North America Inc., 5 Orville Drive, Bohemia, NY 11716. 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 pre‐solicitation synopsis and solicitation may be published in 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/1140849/listing.html)
- Place of Performance
- Address: US Food and Drug (FDA), National Center for Toxicological Research (NCTR), Division of Microbiology, 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Zip Code: 72079
- Record
- SN03492378-W 20140904/140903000029-3a5554685534110c646edb9ca3098b40 (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 |