Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2011 FBO #3387
SOURCES SOUGHT

65 -- Aseptic Syringe Filler

Notice Date
3/2/2011
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
11-001639
 
Archive Date
4/1/2011
 
Point of Contact
Brian J. Lind, Phone: 301-451-7523
 
E-Mail Address
LindBJ@cc.nih.gov
(LindBJ@cc.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Institutes of Health, Clinical Research Center is conducting a sources sought to help determine the availability and technical capability of qualified small businesses, veteran-owned small businesses, service disabled veteran-owned small businesses and/or HUBZONE small business capable of serving the needs mentioned below. This sources sought/sources sought announcement is not a request for proposals and the Government is not committed to award a contract pursuant to this announcement. The information from this market research is for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research and the Government will not entertain questions concerning this market research. The Government will not pay for any costs incurred in the preparation of information for responding to this sources sought. The Pharmacy Department - Pharmaceutical Development Section (PDS) in the Clinical Research Center at the National Institutes of Health (NIH) in Bethesda, Maryland is researching options for an Aseptic Syringe Filling Machine. The Aseptic Syringe Filling Machine must meet the following salient characteristics:  Compact design manufactured with a 316 stainless steel frame to work in the limited space of our current laminar flow hood.  The module must fit our current horizontal biologic hood, Bldg 10, RM 1C166A7A2, which has a frontal opening with a Maximum Height of 3 ft, depth of 3 ft and length of 10 ft.  Can be entirely steam sterilized.  Easily assembled and broken down for cleaning and decontamination.  Can be handled by 2 trained operators  The module must automatically fill various types and sizes of syringes from the barrel side.  The module has to place the stopper inside the barrel of syringes with or without needles.  Fill Volumes must vary from 0.2 mL to 5 mL  The syringe filling machine will have a pump module that fills the syringes with water like liquids with a plus or minus 2% accuracy.  The machine will accept our medical grade silastic tubing, 1/8 X 1/4 in Helix Mark cat# 60-011-21 or equivalent.  Programmable logic controls allowing manual or automatic dispensing.  The module must have capabilities for gas purge of the syringes.  The machine must have a vacuum system capable of inserting 100 stoppers at the same time aseptically when the syringes are in a nested configuration. This process will take less than 5 minutes.  The module must fill at a rate of at least 400 syringes per hour.  There should be no particulate matter formed or dispersed inside the syringe and class 100 aseptic hood from the operation of the syringe filling machine. The North American Industry Classification System (NAICS) code is 339112, Size Standard - 500 employees. The vendor responses must demonstrate their ability to provide an Aseptic Syringe Filling Machine as described above. Please note that failure to specifically demonstrate capability to provide the required equipment in your response to this source sought may affect the Government's review of industry's ability to provide this equipment. The vendor response shall also include any other specific and relevant information related to the requirements of this project that will enable the Government to determine the capabilities of the company to perform the specialized requirements described in this synopsis. Interested organizations must demonstrate and document in any response submitted, to this sources sought extensive experience with and the ability to provide all of the specialized requirements elsewhere described. This notice is a source sought and is for information and planning purposes only and does not commit the Government to any contractual agreement. THIS IS NOT A REQUEST FOR PROPOSALS. The Government will not award a Purchase Order or Contract based upon Vendor responses to this announcement. The Government shall not assume any costs for preparing or submitting any information in response to the sources sought or the Government's use of the information. Any proprietary information should be clearly identified as "proprietary information". Vendors must send written capability responses by March 17, 2011 to the Contract Specialist at the following e-mail address lindbj@nih.gov. Please submit all questions in writing to the Contract Specialist at the email address provided above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/11-001639/listing.html)
 
Place of Performance
Address: National Institutes of Health, Clinical Center, 10 Center Drive, Building 10, Room 1C166, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02392009-W 20110304/110302234901-5bdfcc54bb0ddde2865c25fcba275f0d (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.