SOLICITATION NOTICE
A -- Automated Dispensing System
- Notice Date
- 9/15/2014
- Notice Type
- Presolicitation
- NAICS
- 333913
— Measuring and Dispensing Pump Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- NHLBI-CSB-(HL)-2014-270-JT
- Archive Date
- 10/4/2014
- Point of Contact
- John Turner, Phone: 3014029787
- E-Mail Address
-
john.turner@nih.gov
(john.turner@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisitions (OA) on behalf of the Imaging Probe Development Center (IPDC) intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to Tema Sinergie S.p.A., Via Marcello Malpighi, 120 - Faenza, Ravenna, Italy - 48018 for one μDDS-A Automated Dispensing System. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 333913 with a Size Standard of 500. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-76 effective August 25, 2014. This acquisition is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures at an amount not exceeding the simplified acquisition threshold ($150,000) and the procedures as prescribed in FAR subpart 12-Acquisition of Commercial Items. STATUTORY AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. DESCRIPTION OF REQUIREMENT The IPDC requirement is for one automatic dose dispensing system with the following attributes: 1) A small footprint to fit the limited space (200 x 260 mm) in the IPDC's shielded hot cell; 2) Capability of dispensing into both vials and syringes; 3) High dosing accuracy; and 4) Automatic operation with remote control of dispensing by a computer program. Background The IPDC is a state-of-the-art synthetic chemistry core facility dedicated to the production of novel imaging agents for the entire National Institutes of Health (NIH) community. The primary goal of IPDC is to expedite basic and translational research across all imaging modalities. To this purpose, radiolabeled Positron Emission Tomography (PET) probes are produced at IPDC and supplied frequently to support the research among the NIH community. Given the daily exposure of radioactivity to the radiochemists at the IPDC, reasonable effort should be taken to control the exposure level. Purpose and Objectives In the new PET laboratory of the IPDC researchers are developing molecular probes of different imaging modalities for noninvasive imaging studies. The primary goal of this new PET lab will be to develop new probes for PET imaging or reproduce already existing imaging agents for further studies. To this purpose, PET probe will be produced on a daily basis. Following the radiation safety regulation "as low as reasonably achievable" (ALARA), every reasonable effort should be taken to maintain exposures to ionizing radiation as far below the dose limits for the radiation workers (10 CFR 20.1003). An automated dose dispenser will be essential to minimize the radiation exposure to the operating radiochemists at IPDC. With an automatic dose dispenser and remote controlling software, the radiolabeled tracer can be dispensed into multiple doses without the manual handling of the radioactivity. This will significantly reduce the radiation exposure to the operating radiochemists. Therefore, the new PET lab of the IPDC is in need of an automatic dose dispenser to maintain daily operation with a reasonably low level of radiation exposure to the radiochemists. Period of Performance Fixed-Price contract for the delivery and installation of one μDDS-A Automated Dispensing System. Project Description Vendor will perform following tasks: 1) Full Factory Acceptance Testing (FAT) prior to dismantling for shipment. Full FAT testing documentation will be provided to customer for approval prior to shipment. 2) Send/deliver the equipment with proper packaging. 3) Install the equipment and provide equipment training to lab staff. 4) On-Site SAT (Site Acceptance Testing) after installation repeats all previous testing to verify systems total performance after the shipment and systems rebuild, the Hot Test will also be performed on the last day(s) of installation. 5) Provide 12-month equipment warranty. During the warranty period the vendor will repair all the manufacturing defects or replace the faulty spare parts without any charge. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted as prescribed in FAR Part 10-Market Research. Experts from the IPDC with knowledge of the requirements surveyed the Market for satisfactory capabilities. The Trasis QuickFill, Amercare Automated Dose Dispenser, and Tema Sinergie μDDS-A system were identified as potential suppliers. No US manufactures were identified. The Tema Sinergie μDDS-A system is the only unit satisfying all IPDC requirements. The IPDC requirement for the dispensing system includes: 1) A small footprint to fit the limited space in the shielded hot cell; 2) Capability of dispensing into both vials and syringes; 3) High dosing accuracy; and 4) Automatic operation with remote control of dispensing by a computer program The Trasis QuickFill and Amercare Automated Dose Dispenser did not meet all of these requirements. These solutions were too bulky and incompatible with the limited space in the IPDC hot cell or not fully automatic for both syringe and vial dispensing. The μDDS-A system manufactured by Tema Sinergie is the only unit satisfying all IPDC requirements. The Tema Sinergie μDDS-A auto dispensing system will minimize radiation exposure to the radiochemist at the IPDC. The system features meet the IPDC requirements outlined above as follows: 1) The compact dimensions of the μDDS-A with a low weight make it suitable for installation into a variety of hot cells. The entire system is totally independent from the hot cell and works through its connections to its dedicated PC software and dose calibrator. 2) The dispensing process starts with a bulk solution that can be a vial, or by direct connection to a synthesis module. The final output can be a syringe, ready to inject, and safely contained within its dedicated tungsten shield. 3) The μDDS-A is capable of dispensing a 5 ml syringe in less than 60 seconds with a max volume error of approximately 2%. There is no waste of radiopharmaceuticals, because of the rinsing procedure back to the bulk vial, and the special funnel shape of the main vial, along with its point of extraction at the lowest part. 4) The μDDS-A has a very high level of computerized automation support. CLOSING STATEMENT This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by September 19, 2014 no later than 10:00AM Eastern Time and must reference number NHLBI-CSB-(HL)-2014-270-JT. Responses may be submitted electronically to Contract Specialist, John Turner, at john.turner@nih.gov. "All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(HL)-2014-270-JT/listing.html)
- Place of Performance
- Address: 6701 Rockledge Drive, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03511595-W 20140917/140915235848-2fa081f1940536a2afc30f78e99a3abf (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 |