SOURCES SOUGHT
66 -- Dynamic Mechanical Analyzer
- Notice Date
- 4/3/2017
- 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 - Jefferson, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- FDA_1179694
- Archive Date
- 4/29/2017
- Point of Contact
- Timothy A. Walbert, Phone: 8705437267
- E-Mail Address
-
timothy.walbert@fda.hhs.gov
(timothy.walbert@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ANNOUNCEMENT #FDA_1179694 FOR DYNAMIC MECHANICAL ANALYZER Posted Date: April 3, 2017 Response Date: April 14, 2017 no later than 12:00 pm CDT Set Aside:N/A Classification: 6640 Lab Supplies NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing Synopsis MARKET RESEARCH PURPOSES ONLY - NOT A REQUEST FOR PROPOSAL OR SOLICITATION This is a Sources Sought notice to determine the availability of Small Businesses capable of supplying the required instrument and post-warranty preventive maintenance services described below. This notice is for planning purposes only, and does not constitute an Invitation for Bids, Request for Proposal, Request for Quotation, or an indication the Government intends to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. Your response to the information requested will assist the Government in determining the appropriate acquisition method, including whether a Small Business Set-Aside is possible. The appropriate NAICS code for this acquisition is 334516 - Analytical Laboratory Instrument Manufacturing; the Small Business Size Standard is 1,000 employees. Requirement and Background The U.S. Food and Drug Administration (FDA) Center for Biologics Evaluation and Research (CBER) Division of Cellular and Gene Therapy (DCGT) requires a Dynamic Mechanical Analyzer (DMA) with viscoelastic measurement capabilities to facilitate stem cell characterizations in three-dimensional culture platforms; the requirement also includes 2 1-year periods of post-warranty preventive maintenance. The ability of researchers to evaluate cell phenotypic changes in response to defined changes in biomaterial properties will permit vast improvements in the understanding of cell-materials interactions in tissue-engineered products and promote the development of safe and effective cell and tissue therapies to improve public health. Minimum Technical Requirements - Dynamic Mechanical Analyzer The Dynamic Mechanical Analyzer shall meet the following Minimum Technical Requirements: •Capable of 3-point bending tests, shear tests, compressive tests, and tensile tests; •Capable of viscoelastic measurements on materials from 1000 Pa to 1000 GPa; •Capable of temperature range of operation from -150oC to 600oC; •Capable of frequency range of operation from 0.01Hz to 200Hz; •Capable of force measurements from 0.0001 to 18.0 Newtons. Minimum Technical Requirements - Post Warranty Preventive Maintenance The Post-Warranty Preventive Maintenance shall meet the following Minimum Technical Requirements: •One (1) planned on-site visit for routine certification of the instrument per year. •Corrective/remedial repair visits within 3-5 business days of call for service (for issues that can't be resolved remotely via phone or Internet). •Unlimited technical support Mondays - Fridays (excluding Federal Holidays) between the hours of 7:00 AM - 5:00 PM Eastern Time, and shall begin working on a solution to the problem within 8 business hours of contact for assistance. •Software and firmware updates. •All maintenance and repair activities shall be performed by formally trained and certified technicians/engineers. All repairs and PM services shall be performed following Original Equipment Manufacturer (OEM specifications, manuals, and service bulletins, using OEM replacement parts, components, subassemblies, etc. •All maintenance and repair pricing shall be inclusive of labor, travel, replacement parts, components, subassemblies, etc. •Service Records and Reports - the Contractor shall, commensurate with the completion of each service call (inclusive of warranty service), provide the end-user of the equipment 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. In addition, the Contractor shall provide a written report to the FDA COR and Contract Specialist, summarizing all maintenance and repair activities (including warranty work) each time service and/or repair is performed. Period of Performance: (Two (2) 1-year Option Periods) Option Year 1: [to be established at time of award for a period of one year upon expiration of initial warranty] Option Year 2:[to be established at time of award for a period of one year upon expiration of Option Year 1]] Delivery Address U.S. Food and Drug Administration Center for Biologics Evaluation and Research (CBER) Division of Cellular and Gene Therapies (DCGT) 10903 New Hampshire Avenue Building 72, Room 3248 Silver Spring, MD 20993-0002 Responses to this Sources Sought Announcement shall unequivocally demonstrate the respondent is regularly engaged in providing Dynamic Mechanical Analyzers. Although the target audience is small businesses or small businesses capable of providing Dynamic Mechanical Analyzers from another small business, all interested parties may respond. At a minimum, responses in the form of a Capability Statement shall include the following: 1.Business name and bio, 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 again if responding with the capability of providing an instrument offered by another firm; 2.Descriptive literature, brochures, marketing material, etc. detailing the instruments which the responding firm is regularly engaged in providing; 3.If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement are also requested. If a large business, provide documentation if subcontracting opportunities exist for small business concerns; 4.The Government is not responsible for locating or securing any information, not identified in the response. Interested parties shall respond with Capability Statements, as described above, in person, by e-mail, fax, mail or other delivery method before 12:00 pm (Central Daylight Time - Local Prevailing Time in Jefferson, Arkansas) on April 07, 2017 to timothy.walbert@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, OO/OFBA/OAGS/DAP, Attention of Tim Walbert, 3900 NCTR Road, Building 50, Room 426, Jefferson, AR 72079-9502. Reference the following on the outside packaging: FDA-1179694. 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 Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality and Proprietary Information 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/FDA_1179694/listing.html)
- Record
- SN04457164-W 20170405/170403234605-2f04f98dfb457d171ba9decbd81f5b7a (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 |