Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2012 FBO #3914
SOURCES SOUGHT

66 -- Brand name or equal Axiosmax sequential wavelength dispersive x-ray fluorescence spectrometer - FDA-RFI-1107157

Notice Date
8/10/2012
 
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, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-RFI-1107157
 
Archive Date
8/29/2012
 
Point of Contact
Juana Quinteros, Phone: 3018276764
 
E-Mail Address
Juana.Quinteros@fda.hhs.gov
(Juana.Quinteros@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Brand name or equal Axiosmax sequential wavelength dispersive x-ray fluorescence spectrometer. Sources Sought is attached in MS Word Format. General Information: Document Type: Request for Information (RFI) Release Date: August 10, 2012 Response Date: August 14, 2012 at 4:30pm EST via e-mail to Contracting Specialist Contracting Office Address: Food and Drug Administration (FDA), Juana Quinteros Juana.Quinteros@fda.hhs.gov Contract Specialist Description: Brand name or equal Axiosmax sequential wavelength dispersive x-ray fluorescence spectrometer. This is a Request for Information (RFI) to identify the capabilities of the marketplace of all interested parties. This request is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Food and Drug Administration (FDA) for any future solicitation. No official solicitation exists; therefore, please do not request a copy of a solicitation. If in the future an official solicitation is released, there is no guarantee that sources responding to this will be included on the source list. Telephone inquiries will not be accepted. The FDA makes no implied or in fact contract by issuing this RFI. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the FDA's view of the information received. Do not send any material that requires a non-disclosure agreement or that may be business sensitive. Responses received that include a non-disclosure agreement or identify information that is business sensitive will not be accepted. Responses to this notice will not be returned. According to FAR Part 10, Market Research, the results of the market research will be used to: (i) Determine if sources capable of satisfying the agency's requirements exist; (ii) Determine if commercial items or, to the extent commercial items suitable to meet the agency's needs are not available, non-developmental items are available that- (A) Meet the agency's requirements; (B) Could be modified to meet the agency's requirements; or (C) Could meet the agency's requirements if those requirements were modified to a reasonable extent; (iii) Determine the extent to which commercial items or non-developmental items could be incorporated at the component level; (iv) Determine the practices of firms engaged in producing, distributing, and supporting commercial items, such as type of contract, terms for warranties, buyer financing, maintenance and packaging, and marking; (v) Ensure maximum practicable use of recovered materials and promote energy conservation and efficiency; and (vi) Determine whether bundling is necessary and justified. (vii) Assess the availability of electronic and information technology that meets all or part of the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR Part 1194. The extent of market research will vary, depending on such factors as urgency, estimated dollar value, complexity, and past experience. The contracting officer may use market research conducted within 18 months before the award of any task or delivery order if the information is still current, accurate, and relevant. Market research involves obtaining information specific to the item being acquired and should include- (i) Whether the Government's needs can be met by- (A) Items of a type customarily available in the commercial marketplace; (B) Items of a type customarily available in the commercial marketplace with modifications; or (C) Items used exclusively for governmental purposes; (ii) Customary practices regarding customizing, modifying or tailoring of items to meet customer needs and associated costs; (iii) Customary practices, including warranty, buyer financing, discounts, contract type considering the nature and risk associated with the requirement, etc., under which commercial sales of the products or services are made; (iv) The requirements of any laws and regulations unique to the item being acquired; (v) The availability of items that contain recovered materials and items that are energy efficient; (vi) The distribution and support capabilities of potential suppliers, including alternative arrangements and cost estimates; and (vii) Size and status of potential sources. Mission and Objectives: The following statement of work outlines the need and requirements for the purchase of a sequential wavelength dispersive x-ray fluorescence spectrometer for use in high-throughput, accurate, trace analyses of specified elements in certifiable color additives as part of FDA's certification program RFI Instructions: Please complete Part A, Specification Questionnaire, describing your company's capabilities; Part B, Size of Business and Part C, Estimated Dollar Value Range. Responses shall be:  identified with the RFI number ;  no more than five (5) pages in length;  not submit marketing materials;  submitted to the email as indicated above. FDA makes no implied or in fact contract by issuing this RFI. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the FDA's view of the information received. Part A. Technical Capability Specification Questionnaire: 1. Is your company able to provide the following general XRF spectrometer requirements: a. Is the instrument an automated sequential wavelength dispersive x-ray fluorescence spectrometer capable of performing qualitative and quantitative elemental analysis on liquids, solids, and powders for elements Boron (B, Z=5) through Uranium (U, Z=92)? b. Is the x-ray tube optimized for sensitivity and reliability, incorporating the following characteristics? i. minimum of 4 kW, Rh anode, durable, thin end-window ii. tube technology to minimize drift and extend tube life iii. corrosion-resistant window iv. cathode designed for minimum evaporation v. close coupling between tube and sample vi. excellent light element performance vii. The instrument should provide protection of the tube from sample spillage. viii. The x-ray tube shall be warranted for a minimum of 3 years. c. Are optics optimized for speed, reliability, and sensitivity? i. The instrument shall be equipped with analyzing crystals that use advanced materials for high reflectivity and sensitivity ii. The instrument shall be capable fast, accurate and robust goniometer positioning d. Accessories that shall be included with the instrument: i. If the spectrometer cannot use our existing sample holders (48 mm steel cups with 37 mm aperture, PANalytical) at least 90 holders that can accommodate 45 mm liquid cups containing 38 mm diameter pellets that are appropriate for the instrument should be provided. ii. If the spectrometer cannot use our existing Haskris Model R250 water chiller system (14 years old), an appropriate system should be provided. iii. A suitable all-purpose drift correction monitor should be provided. e. Any set-up standards required for running the supplied software should be provided. f. The spectrometer shall be on casters or wheels to allow movement. g. The instrument shall have complete instructional manuals for operation and routine maintenance. h. Software shall include help features. 2. Can your company provide the following critical performance criteria? a. The vendor shall demonstrate that the instrument is capable of detection limits for lead, arsenic, and mercury in a FD&C Yellow No. 6 matrix of 1.0, 0.3 and 0.5 parts per million (ppm), respectively. b. The instrument shall provide precision within 0.5 ppm (as determined by the standard deviation for 10 measurements) for results from a 38 mm diameter pressed pellets of FD&C Yellow No. 6 powder containing Pb, As, Hg, Cr, and Mn each at 10 ppm. Analysis time per sample shall not exceed 20 minutes for all five elements. c. The instrument shall provide fast quantitative analyses (for Pb, As, and Hg) and be capable of processing batches of approximately 90 samples without operator intervention. To this endpoint, the vendor should demonstrate that the instrument provides: i. Efficient measurements of several elements ii. Fast and accurate positioning of goniometer iii. Quick and reliable sample loading iv. Fast changeover from vacuum to helium environment v. A high capacity auto-sampler d. The instrument shall accommodate 38 mm diameter pressed pellets in liquid sample cups of 45 mm diameter. e. In addition to quantitative analysis, the instrument must permit qualitative analysis and semi-quantitative analysis without the use of matrix-matched standards. 3. Can your company provide the following service and support? a. A warranty on the spectrometer, including parts, labor, travel and housing. b. Support within 48 hours. 4. Can your company provide the following computer and software? a. The instrument shall be capable of interfacing with any up-to-date computer already provided. 5. Can you company provide delivery, installation, training, and trade-in? Part B. Size of Business The Government is seeking small business opportunities. State whether your company is a small business (and also state your under socioeconomic status), College/University, large business or a non-profit organization. Part C. Estimated Dollar Value Range Based on the government's mission, objectives, and scope of work, what dollar value range would you determine to be the most accurate rough estimate. Under $200K Over $200K
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-RFI-1107157/listing.html)
 
Place of Performance
Address: 4300 River Road, College Park, Maryland, 20740, United States
Zip Code: 20740
 
Record
SN02834296-W 20120812/120810235247-44d2b24f809411fff4ad4f19c4fd3836 (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.