Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2010 FBO #3106
SOLICITATION NOTICE

66 -- TGA

Notice Date
5/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
JSRFQ1072756
 
Archive Date
6/24/2010
 
Point of Contact
Jaclyn Stielper, Phone: 301-827-7153, Kimbalynn Dieng, Fax: 301-827-7151
 
E-Mail Address
jaclyn.stielper@fda.hhs.gov, Kimbalynn.Dieng@fda.hhs.gov
(jaclyn.stielper@fda.hhs.gov, Kimbalynn.Dieng@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Please reference solicitation#JS1072756 which was a sources sought. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-38. This announcement constitutes the only full and open competition solicitation and a written solicitation will not be issued. This synopsis, NAICS code 334516, is to notify contractors that the government intends to issue a Firm Fixed Price Purchase Order in accordance with FAR Part 13.106 for the following statement of work, under the simplified acquisition procedures. Any firm that believes it is capable of providing the required service as stated herein may submit a capability statement to document its ability to provide the required services. A determination to compete this procurement based on a response to this notice is solely within the discretion of the Government. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. Award will be made to the party whose quote offers the best value to the Government. The Government may award this contract to other than the lowest price technically acceptable quote. Technical capability and past performance are significantly more important than price. This solicitation is issued as a Request for Quotation (RFQ). The Food and Drug Administration (FDA) intends to award a purchase order for a Thermogravimetric Analyzer (TGA). Brand Name or Equal to TA Instruments Part#957000.901 Q5000 IR. An "Equal" Instrument shall meet the following specifications. Temperature Range: The TGA instrument should allow for a measurable temperature range of ambient to 1200°C. Heating Rate Range: As this instrument will be used for kinetics analyses, a wide range of achievable heating rates is critical. The instrument should be able to control heating rates between 0.1 and 500 °C/min with noise levels over 10°C no greater than ±0.01°C/min (unsmoothed). Balance Sensitivity: The TGA balance should have a sensitivity of at least 0.1 g and a baseline drift of < 10 g over the temperature range ambient → 1000°C (uncorrected) in either air or N2 atmosphere. The TGA isothermal baseline drift should not be more than 5 g over 18 hours. Cooling Time: Since the machine will be used extensively, it is important that the furnace cooling time be less than 10 minutes from 1000oC to 50oC. Purge Gas Control: The TGA should include digital mass flow controllers for at least two separate purge gases, such that the purge gas can be automatically switched via software during the experiment. The purge gases must flow horizontally to minimize buoyancy effects. The flow rate must also be adjustable via software during an experiment and the data logged into the resulting data file. Robotic Auto-sampler/Pan Punching: Because this instrument will be used extensively, and often on a 24 hour basis, it must come equipped with a robotic auto-sampler containing at least 20 sample positions with ability to use pans up to 250L pan volume. The instrument must also be capable of performing a unique experiment on each sample within one loaded sample tray. The auto-sampler must also include a contamination free pan punching mechanism, by which samples can be kept sealed in a hermetic environment, and punched open just prior to loading. Ideally, this pan punching will produce a large breach in the pan, rather than a pin-hole, as our materials rely on efficient sample/gas interaction. The system must also have the capability of rejecting any pan that is not pierced. This is to prevent a sealed pan being loaded into the TGA furnace Variable Rate Control: The TGA instrument should include some form of automatic variable rate control to improve resolution. Ideally, the heating rate will be continuously adjusted as a function of sample mass loss rate, as opposed to a "stepwise isothermal" approach. High Resolution TGA: The instrument must be capable of automatically and continuously change heating rate as a function of sample weight change. This feature adjusts the temperature increase to lower heating rate as weight loss increases allowing for accurate identification of the exact temperature at which a peak occurs. Temperature Modulated TGA: The instrument must be capable of performing Temperature Modulated TGA experiments over the entire temperature operating range using a regular, periodic function of known amplitude and frequency to ensure steady state control during the experiment, as well as experimental reproducibility. Software: As this TGA will be used by numerous researchers, the analysis program should be un-keyed, and should include a site license such that it may be installed (if-needed) on an unlimited number of computers within the FDA. The data analysis program should also include a.pdf generator, for the efficient export of analyzed plots. The TGA must also include operating software which allows for the instrument to be fully calibrated and verified automatically, without the need for operator presence. Calibrations must include weight and temperature (Curie point). Scheduling capabilities must be present, such that these calibrations and/or verifications can be programmed to perform during normal quiescent periods, such as overnight or on weekends. In addition, the instrument software must be capable of performing a series of auto-diagnostic tests, either manually or through the scheduling component. These tests should verify the performance of various instrument components such as auto-sampler motors, electronic boards, mass flow controllers, etc. The results of these tests should be logged and the log file accessible to the operator. The instrument should allow for automatic, unattended calibration of both temperature (curie-point standards) and mass. These calibrations should be programmable and schedulable from within the operating software. CLIN0001: TGA Quantity: 1 Brand Name/Equal to TA Part#957000.901. CLIN0002: Aluminum Sealed Pan Kit Quantity: 1 Brand Name/Equal to TA Part#957352.901. Contains 100 aluminum pans; 100 aluminum lids, 30 SS bails; punch alighment tool, crimping die and crimping tool. CLIN0003: Aluminum Lids (Package of 100) Quantity: 2 Brand Name/Equal to TA Part#957362.901 CLIN0004: Aluminum Sample Pans 80 uL (Package of 100) Quantity: 2 Brand Name/Equal to TA Part#957363.901 CLIN0005: Kit Ethernet Switch Quantity: 1 Brand Name/Equal to TA Part#924500.602 CLIN0006: Installation and Training Deliver To: Silver Spring, MD CCR: Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information. QUESTIONS DEADLINE: All questions are to be submitted via email to Jaclyn.Stielper@fda.hhs.gov no later than June 4, 2010 at 3:00 PM EST. Telephone calls will not be accepted. QUOTATIONS DUE: All quotations are due, via email to: Jaclyn.Stielper@fda.hhs.gov, no later than 3:00 PM EST on June 9, 2010. PROVISIONS and CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8 Option to Extend Services (Nov 1999), FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000), FAR 52.222-26 Equal Opportunity (Mar 2007), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006), FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998), and FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). Clauses and provisions are incorporated by reference and apply to this acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/JSRFQ1072756/listing.html)
 
Place of Performance
Address: 10903 New Hampshire Avenue, Silver Spring, Maryland, 20903, United States
Zip Code: 20903
 
Record
SN02159526-W 20100527/100525235115-879a7c39103581b30b70e0f53127aae1 (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.