Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2012 FBO #3833
SOURCES SOUGHT

66 -- Serial Block Face (SBF) Sectioning Attachment

Notice Date
5/21/2012
 
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, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
FDA-1100955
 
Archive Date
6/5/2012
 
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) Nanotechnology Core Facility requirement Serial Block Face (SBF) Sectioning Attachment to a Scanning Electron Microscope. The FDA is seeking business sources for the SBF, including total small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, 8(a) certified companies and other than small businesses. The following information is provided to assist the FDA in conducting Market Research to identify potential contractors for this effort: The government is seeking capability statements from small business manufacturing companies and large business may also respond that can provide a Serial Block Face (SBF) Sectioning Attachment to a Scanning Electron Microscope as detailed below. The vendor must also be capable of providing extended service agreement coverage for multiple years after the initial warranty has expired. The instrument shall be equivalent to the salient characteristics described herein. The NCTR is in need of a serial block face (SBF) sectioning attachment to a scanning electron microscope with a field emission electron gun for in situ serial sectioning and imaging of biological samples. This equipment will: (a) provide serial block face sectioning and imaging capability for studying biological and material samples at the nano- and micron-scale; (b) provide the ability to take the accumulated serial image stacks and use them to reconstruct the sample in 3D; (c) and use this 3D reconstruction capability to both identify nanoparticles and their corresponding distribution within the sample being examined; (d) provide an advanced instrument for use by properly trained postdoctoral fellows, staff fellows, and staff at NCTR, ORA and FDA. Overall Requirements 1. The system must have an integrated microtome for sectioning a plastic embedded specimen; 2. The device must employ a diamond knife for cutting sections; 3. Section thickness must not exceed 70 nm; 4. The system must be capable of integration onto a Field Emission Gun Scanning Electron Microscope (FEG SEM); 5. Must precisely control the Z-axis for sectioning; 6. Must be able to control the X and Y axis for montage imaging of larger areas. 7. Must be computer controlled; 8. SBF unit must be robust enough to operate for extended periods of time. No less than two weeks. 9. Manufacturer must be capable to provide additional years of service/maintenance for 1, 2, 3 and 4 years beyond the initial year of warranty. The optional service agreement includes parts and labor: The service agreement shall include the following: • Minimum of one (1) preventative maintenance (PM) visit per contract year; • Unlimited emergency repairs; • Unlimited Priority Telephone Support; • Peak performance maintenance kits; • Software updates; • All labor, travel, and parts (except consumables); The contractor shall perform all necessary repair service and standard preventative maintenance of the system. Contractor shall perform work related to service bulletins or other manufacturer's stipulated repairs that may occur during the contract period. The offeror may provide information on multiple types of service agreements plans available. The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered instrument and components meet the technical requirements identified above. Firms believing they can meet the requirements to the above specifications are encouraged to respond electronically with no less than the following information: • 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; • Sufficient descriptive literature that unequivocally demonstrates that offered products and services meet or exceed above specifications. • At a minimum provide the following: All descriptive material necessary for the government to determine whether the 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. Indicate whether the organization is the manufacturer of the items or authorized reseller. If reseller, include the manufacturer's name, address and DUNS number. • 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. • Provide manufacturer name(s) and model number(s) for which the SBF will integrate with. • 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, provide if subcontracting opportunities exist for small business concerns. • Though this is not a request for quote, informational pricing must be submitted. The government is not responsible for locating or securing any information, not identified in the response. The associated North American Industry Classification System (NAICS) Code is- 334516- Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. Interested Contractors must respond with capability statements which are due in person, by postal mail or email to the point of contact listed below on or before June 4, 2012 by 13:00 hours (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OA/OAGS, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502 or email nick.sartain@fda.hhs.gov. Reference FDA1100955. 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 seek a SBA non-manufacturer rule waiver. 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-1100955/listing.html)
 
Place of Performance
Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN02753967-W 20120523/120521235853-5de74239cefa8f7721949f20872208d5 (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.