SOURCES SOUGHT
J -- Bose Calibration of two load cells
- Notice Date
- 11/24/2014
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- 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
- FDA-SS-1143210
- Point of Contact
- Dewitt E. Mathews, Phone: 240-402-7637
- E-Mail Address
-
dewitt.mathews@fda.hhs.gov
(dewitt.mathews@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought: Small Business This is a Small Business Sources Sought notice. This is not a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small business; HUBZone small businesses; service-disables, veteran owned small businesses; 8(a) or small disadvantaged businesses; women-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North America Industry Classification System (NAICS) code for the proposed acquisition (811219, Other Electronic and Precision Equipment Repair and Maintenance, Size Standard: $ 20.5 million dollars). Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization is not considered a small business under the applicable NAICS code should not submit a response to this notice. BACKGROUND The Food and Drug Administration (FDA) OSEL's Division is requesting mechanical testing systems and load cells that will be used in our lab for a number of ongoing projects (1) fatigue testing of cardiovascular stents and (2) participation in an ASTM International sponsored inter-laboratory study on bone cement fatigue. PURPOSE AND OBJECTIVES The purpose and objectives of this potential requirement is to procure a one year service maintenance contract plus 4, one year option periods for calibrating and maintenance our existing Electro Force Bose 3300 biaxial mechanical testing system (System ID: 33A0034) and 2 Bose load cells (Serial Numbers: 1157544 and 260443) brand name or equal associated with these systems. The biaxial mechanical testing system and load cells must conform to the following specifications: 1. Displacement Transducer Calibrations on Mechanical Testing System ID: 33A0034 Product/Service # 37986 a. Linear Displacement calibration (quantity 2) b. Angular Displacement calibration (quantity 1) Specifications - On-site calibration must be performed by a certified technician/engineer who is proficient with the already installed controller software: WinTest Version 4.1 - Calibration must be done in a manner which adheres to the specifications outlined in ANSI/CDSL Z540-1, ISO 10012-1, ISO 9001, and ISO/IEC 17025 - The calibration equipment used must be traceable to NIST - Linear and angular displacement must be calibrated in accordance with ASTM E2309-05 for a Class A system such that the relative error does not exceed ± 0.5% - Linear displacement: o 1. Must be calibrated between -12.5mm and 12.5mm. This calibration should be capable of reading errors to within 0.05% o 2. A separate linear displacement calibration must be performed for a total axial stroke of 2mm. This should be performed with equipment capable of measurements to within 0.01%. - An angular displacement calibration must be performed with equipment that is capable of measuring error to within 0.02% and should encompass 1-99% of the full scale range 2. Load Cell Calibrations Product/ Service # 37986 a. 5lbf Axial tension-compression load cell (S/N: 1157544, quantity = 1) b. 500lbf/ 250 in-lbf biaxial load cell (S/N: 260443, quantity = 2) Specifications - On-site calibration must be performed by a certified technician/engineer who is proficient with the already installed controller software: WinTest Version 4.1 - Calibration must be performed per ASTM E4 - Calibration must be done in a manner which adheres to the specifications outlined in ANSI/CDSL Z540-1, ISO 10012-1, ISO 9001, and ISO/IEC 17025 - Capable of measuring and controlling forces in tension and compression - Calibration range should be 1% to 99% of full force or torque range as appropriate - The equipment used to calibrate the load cells must be capable of measuring load or torque to within 0.02% - Must be performed on-site with existing electronics and hardware PROJECT REQUIREMENTS The Service Maintenance Agreement shall include the following: 1. One (1) preventative maintenance inspection shall be performed during the 12 month period with all travel, labor and parts included. This inspection shall include calibration and routine preventative maintenance measures deemed necessary by the vendor. 2. All software updates to the instrument and/or system software and related installation of such instrument updates and/or system software during the Agreement Term. 3. Trouble shooting capabilities based on complete knowledge of the entire instrument. 4. Respond to requests for emergency on-site service (Monday-Friday, excluding vendor and Federal holidays) within 24 hours. Upon the emergency field visit, the contractor shall submit a cost estimate to the Government which shall include travel costs, parts costs and labor costs. Turnaround time from the emergency on-site visit to completion of repairs to the instrument shall not exceed 72 hours. 5. Service must be provided by service engineers who are trained and certified by the original manufacturer of this instrument. Service engineers shall have access to the manufacturer's latest technical developments, repair procedures, application updates, and diagnostic software and planned maintenance procedures. 6. Immediate access to improvements and new procedures provided by the original vendor and manufacturer. 7. Immediate access to certified parts. 8. One year warranty on parts and labor. 9. Service Records and Reports: The vendor shall, commensurate with the completion of each service call, provide the end user of the equipment with a copy of the 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 descriptions 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 informational purposes, onsite hours expended and parts/components replaced. In addition, the vendor shall provide monthly reports to the FDA COR and Contract Specialist, not later that the 5th workday following the end of each month, summarizing all maintenance and repair activities for the previous month; negative reports are required. ANTICIPATED PERIOD OF PERFORMANCE Base Year: 12/15/2014-12/14/2015 Option Year 1: 12/15/2015-12/14/2016 Option Year 2: 12/15/2016-12/14/2017 Option Year 3: 12/15/2017-12/14/2018 Option Year 4: 12/15/2018-12/14/2019 CAPABILITY STATEMENT/INFORMATION SOUGHT The FDA is requesting interested qualified small businesses to provide a capability statement showing their ability and willingness to complete this requirement electronically to Dewitt Mathews at dewitt.mathews@fda.hhs.gov in a commonly used format such as Microsoft Word or pdf. The capability statement shall be no more than five pages long excluding the cover page and table of contents. The FDA will be determining capability based on the ability to supply the above service maintenance as delineated above. Interested eligible small businesses shall also include company information to determine eligibility, including their contact information, DUNS number and size and business type (e.g. 8(a), HUBZONE, etc.) based on the applicable NAICS code for the proposed acquisition (811219, Other Electronic and Precision Equipment Repair and Maintenance, Size Standard: $ 20.5 million dollars). Potential offerors have until 2:00 PM EST, Tuesday, December 02, 2014 to respond to the FDA. 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 any 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 propriety, 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/NCTR/FDA-SS-1143210/listing.html)
- Place of Performance
- Address: W062, Room 2110, 10903 New Hamshire Avenue, Silver Spring, Maryland, 20993, United States
- Zip Code: 20993
- Zip Code: 20993
- Record
- SN03580494-W 20141126/141124234327-119d4192ca50809d2ce14ecfabf63cb2 (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 |