Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2018 FBO #5941
SOURCES SOUGHT

66 -- Litesizer

Notice Date
2/26/2018
 
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_1196237
 
Archive Date
3/27/2018
 
Point of Contact
ROOSEVELT D. WALKER, Phone: 8705437405
 
E-Mail Address
roosevelt.walker@fda.hhs.gov
(roosevelt.walker@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION The U.S. Food & Drug Administration (FDA), Center for National Center for Toxicological Research (NCTR) / Division of Microbiology require Litesizer, Kalliope, Module BM 10, Univette Cell, Quartz Cuvette, and Low Volume Cuvette Quartz to determine the particle size, Zetapotential and molecular mass of molecules on wide range of samples. The FDA is seeking small business sources to determine the availability and capability of small businesses capable of providing the required supplies/services. All business sources are encouraged to submit capability statements including small business concerns and large businesses. The following information is provided to assist the FDA in conducting Market Research to identify potential sources for this effort. The appropriate North American Industry Classification System (NAICS) Code is 334516 Analytical Laboratory Instrument Manufacturing. The Small Business Size standard is 1,000 employees. BACKGROUND The U.S. Food & Drug Administration (FDA), Center for National Center for Toxicological Research (NCTR) / Division of Microbiology require Litesizer, Kalliope, Module BM 10, Univette Cell, Quartz Cuvette, and Low Volume Cuvette Quartz to determine the particle size, Zetapotential and molecular mass of molecules on wide range of samples. It also provides how molecules are changed over the time due to potential of hydrogen, temperature and concentration changes. The instrument is essential to conduct research to analyze stability, particle size and zetapotential of nanodrug. Technical Requirements: The instrument shall include the following: 1. Shall be able to measure accurately the particle size and Zetapotential on wide variety of samples. 2. Shall be able to measure these parameters accurately in turbid solution as well. 3. The end‐point result should be reproducible for the repeated measurement for the same samples at different time points 4. Shall be able to choose the scattering scale angles with continuous measuring option autocorrection of focus parameters such as focus angle and measurement duration. 5. Shall be able to measure precisely bimodal or tri-model distribution of the particles sizes in a sample. 6. Shall be capable to measure both in buffers/solutions and organic solutions 7. Shall be capable to measure particle sizes ranging from 0.3 nm to 10 μm, concentration sensitivity minimum should be 0.1 mg/ml and maximum 40%, and minimum 8. Shall have a minimum of three angles to measure the particle size based on the sample concentrations, capabilities to measure 1000 D to 20KDa range, Zetapotential measuring range >+ 1000 mV, sample maximum conductivity 200mS/cm, sample pH range should be pH2‐12, transmittance measuring time shall have at least 10 seconds 9. Shall have refractive index specifications, and measuring compatibility to both glass and quarts (larger and smaller volumes) cuvettes 10. Shall have optional for cell for ELS and DLS measurement in organic solvents. Delivery Address (*FOB Destination): US Food and Drug Administration National Center for Toxicological Research (NCTR) 3900 NCTR RD, Bldg# 51-125 Jefferson, AR 72079 Contract Type: Commercial Item-Firm Fixed Price Period of Performance: base year with four (4) 1-year option periods. The contractor shall be required to meet the following post-warranty service/maintenance performance requirements as follows: • The Contractor shall provide not less than one (1) scheduled on-site planned preventive maintenance visit per year. • The Contractor shall provide on-site repair services within 3 business days of call for service where problems cannot be resolved remotely after 2 business days. • The Contractor shall include unlimited software and firmware updates. • The Maintenance and repair activities shall be performed following the Original Equipment Manufacturer (OEM) specifications, manuals, and service bulletins, using OEM-certified replacement parts, components, subassemblies, etc. • The Contractor shall provide technical support Monday through Friday (excluding Federal Holidays) from not less than 8:00AM - 5:00PM Eastern Time. • All maintenance/repair pricing shall be inclusive of labor, travel, replacement parts, components, subassemblies, and at no additional charge. • 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. Repair and Maintenance visits shall not be scheduled during Federal Holidays or Federal Closures as determined by Executive Orders or opm.gov. Federal Holidays are as follows: New Year's Day Veteran's Day Birthday of Martin Luther King, Jr. Thanksgiving Day Washington's Birthday Christmas Day Memorial Day Independence Day Labor Day Columbus Day FOB Point Destination. All items/services shall include shipping and handling to the destination identified herein. 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. • Three (3) years of past performance information for the manufacture, installation 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. Detailed list of items included and not included on the GSA contract to meet this 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 on or before March 12, 2018 by 13:00 hours (Central Time in Jefferson, Arkansas). Reference FDA1196237. 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/FDA_1196237/listing.html)
 
Record
SN04834956-W 20180228/180226231411-7d943d44369a608635f951ad470993f3 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.