SOURCES SOUGHT
66 -- Energy Dispersive X-Ray Spectrometer
- Notice Date
- 7/8/2015
- Notice Type
- Sources Sought
- 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
- FDA1151837
- Archive Date
- 8/4/2015
- Point of Contact
- Nicholas E Sartain, Phone: 870-543-7370
- E-Mail Address
-
nick.sartain@fda.hhs.gov
(nick.sartain@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 and Drug Administration (FDA), is conducting market research to support the National Center for Toxicological Research (NCTR) and the Office of Regulatory Affairs Arkansas Regional Laboratory (ORA/ARL), NCTR-ARL Nanotechnology Core Facility's requirement for an Energy Dispersive X-Ray Spectrometer for JEOL-2100 Transmission Electron Microscope system. The FDA is seeking small business sources to determine the availability and capability of small business manufacturers or small businesses capable of supplying, and subsequently maintaining, a U.S. made product of a small business manufacturer or producer for the items described herein. Other than small business concerns are also encouraged to submit capability statements. The following information is provided to assist the FDA in conducting Market Research to identify potential contractors for this effort: The associated North American Industry Classification System (NAICS) Code is-334516- Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. The Food and Drug Administration (FDA), National Center for Toxicological Research (NCTR), Nanotechnology Core Facility requires an Energy Dispersive X-Ray Spectrometer for JEOL-2100 Transmission Electron Microscope. The FDA makes regulatory assessments related to regulated products that either contain nanomaterial or otherwise involve the application of nanotechnology. The FDA Nanotechnology Core Facility supports the nanotechnology needs of National Center for Toxicological Research (NCTR) and the Office of Regulatory Affairs Arkansas Regional Laboratory (ORA/ARL), which are co-located on the Jefferson Laboratories Campus. The facility also supports studies conducted under the National Toxicology Program and other FDA Centers. The NCTR-ORA Nanotechnology Core Facility provides equipment and scientific technical expertise and principle support in the use of microscopy and microanalysis for research relating to the potential for human and environmental exposure, and hazard and risk associated with the use and development of nanostructured materials to facilitate product assessment and safety research in support of regulatory decision-making. The NCTR/ORA Nanotechnology Core Facility utilizes Transmission Electron Microscopes (TEMs), which use a focused beam of electrons, to image samples. By using electrons instead of light, the microscope is able to image samples and visualize components as small as atoms (approximately 0.1 nanometer). One consequence of the imaging electron striking atoms is the release of X-rays from the atoms, and each element (such as gold, iron, silver, etc.) emits unique X-rays. X-ray energy dispersive spectral analyzers (EDS) are spectrometers that measure the energy of X-rays. When the EDS is incorporated into a transmission electron microscope, the X-ray emissions from the atoms that are being imaged, allow the EDS to identify the element. This can result in mapping of the atomic composition of the sample. An upgrade of the existing liquid-nitrogen cooled EDS detector to a Pelletier-cooled EDS detector, with a larger detector chip area is needed for the Jeol JEM 2100 TEM. Trade in of the existing EDAX Genesis XM2 (Serial Number: HX5089)/RTEM (Serial Number: 13051-57990-ME) EDS system is offered. Please indicate the amount of credit for the trade-in. Performance requirements: - Provide and install an Energy Dispersive X-ray Spectrometer, designed to be inserted into a Jeol JEM2100 200 kV transmission electron microscope Serial Number EM17420035. -The Energy Dispersive X-ray Spectrometer must be designed for operation in a Jeol JEM2100 200 kV transmission electron microscope. - EDS detector is expected to be a silicon drift detector (SDD) detector with surface area of at least 50 mm2. The US Government will consider size of the detector and cost in the overall evaluation, wherein, larger detectors are desired if cost effective. - EDS detector shall be able to detect beryllium (n=4) and elements with higher atomic numbers, such as Uranium (up to the limitations of incident electron energy) - The sensitivity, response time, spectral resolution (measured at MnK), and drift shall be addressed in the response. Upon installation, the contractor shall demonstrate that the instrument meet the above specifications identified in the quote. - The detector shall not require liquid nitrogen cooling for operation, and can use either Peltier cooling or ambient temperatures. - Motorized or automated retraction of the detector is required. - Detector system shall include a computer system (Windows 7 operating system) with appropriate software for operating the EDS unit and collecting data. Installation, Training and Additional System Requirements. The contractor shall provide in-side delivery, installation and operator familiarization training for the system. The contractor shall provide a minimum of four (4) hours of on-site training (in addition to installation of the system) to include basic operations (including software), calibration, optimization, basic and routine preventative maintenance procedures and cleaning requirements. Offered systems shall be a turn-key solution i.e. the contractor shall be responsible for providing all hardware, components, instruments, computers, software, and that otherwise required to meet these specifications and the FDA's stated need. The systems shall be delivered with all necessary supplies and accessories required for installation and start-up. Systems shall be warranted for not less than one (1) year from FDA acceptance of the system to include on-site training. Warranty service shall include trouble-shooting capabilities based on complete knowledge of the entire system, immediate access to replacement parts, and immediate access to system improvements and updates. Phone and email technical support shall be included for a minimum of 1-year. The contractor shall provide one (1) training credit/slot for system operation for one operator at the contractor's training facility; travel, lodging, meals and incidental expenses shall be covered by the Government. The Contractor is responsible for all costs associated with the training including lecturers, equipment and printed materials. The Contractor shall include all costs associated with the shipping and handling of the equipment, and all travel and field engineer expenses associated with install and on-site training. Post-Warranty Service Agreement (preventive maintenance) shall, at a minimum, include the following - Minimum of one (1) planned preventative maintenance visit per contract period. - Unlimited phone and email support during the contractor's normal operating hours. - Preventative maintenance shall include all labor, travel, and parts (except consumables); - Unlimited corrective maintenance, service and repairs shall include all labor, travel, and parts (except consumables); Provide service response time with quote. - Pricing shall be inclusive of all labor, travel, replacement parts, components, subassemblies, etc. - Performance by formally trained and certified technicians/engineers, following Original Equipment Manufacturer (OEM) specifications, manuals, and service bulletins, using OEM replacement parts, components, subassemblies, etc. - Access by the FDA Technical Representative (TR) and system operator personnel to the manufacturer's call center for technical assistance, which is staffed by senior engineers to provide a high level of expertise for troubleshooting the instrument. - System software and firmware updates required for reliability improvements and correction of any defects; - Service Records and Reports The Contractor shall, commensurate with the completion of each service call or preventative maintenance visit, provide the end-user of the equipment and the Contracting Officer with a copy of a 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 description 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 information purposes, the on-site hours expended and parts/components replaced. FOB Point Destination. All items shall include shipping, handling and in-side delivery to the destination identified herein. Delivery/installation date is within 120 calendar days after receipt of order. FOB Point of Delivery for Services and Supplies will be the FDA located at 3900 NCTR Road, Building 26, Jefferson, AR 72079. The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered products/services and components meet the technical requirements identified above. 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, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address (Provide this same information if responding to provide a product manufactured by another firm); • Sufficient descriptive literature that unequivocally demonstrates that offered products and services can meet the above requirements. All descriptive material necessary for the government to determine whether the service/product offered meets the technical requirements including: technical specifications, descriptive material, literature, brochures and other information, which demonstrates the capabilities of the contractor to meet the requirement. • Information on available service/maintenance plans. • The Contractor shall address if the quoted software for the quoted EDS device will allow multiplexing or addition of the signals from multiple detectors on the same instrument. • Three (3) years of past performance information for the manufacture and/or sale and maintenance support in which the offeror has provided same or substantially similar system solutions and used for same or near-same applications as set forth herein. For each past performance reference include the date of sale, description, 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. • If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement. • Provide information if any of these specifications are too restrictive. No response will be considered that the listed specifications are adequate in a competitive environment. • If a large business, identify the subcontracting opportunities that would exist for small business concerns; • Standard commercial warranty and payment terms; and • Though this is not a request for quote, informational pricing is encouraged. The government is not responsible for locating or securing any information, not identified in the response. 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. Interested Parties shall respond with capability statements which are due in person, by postal mail or email to the point of contact listed below on or before July 20, 2015 by 13:00 hours (Central Time in Jefferson, Arkansas) to nick.sartain@fda.hhs.gov, or mail to the Food and Drug Administration, OO/OFBA/OAGS/DAP, Attn: Nick Sartain, 3900 NCTR Road, Building 50, Room 422, Jefferson, AR 72079-9502. Reference FDA1151837. Notice of Intent Responses to this sources sought announcement will assist the Government in determining whether or not any future requirement similar to this one should be set aside for small business, made available to full and open competition or procure through sole-source acquisition procedures. 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/NCTR/FDA1151837/listing.html)
- Place of Performance
- Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Zip Code: 72079
- Record
- SN03789940-W 20150710/150708235727-ef176cb0b949274260dfdaf4c9482837 (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 |