SOURCES SOUGHT
66 -- Spectral Imaging System with 5 (1-year Post-Warranty Options) - Package #1
- Notice Date
- 2/27/2013
- 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
- 1115803
- Archive Date
- 3/21/2013
- Point of Contact
- Yolanda T. Peer, Phone: 8705437479
- E-Mail Address
-
yolanda.peer@fda.hhs.gov
(yolanda.peer@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice for a Spectral Imaging System with 5 (1-year Post-Warranty Maintenance Options) 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 Center for Biologics Evaluation and Research (CBER) requirement for a Spectral Imaging System with 5 (1-year Post-Warranty Maintenance Options). The FDA is seeking business sources, including total small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, 8(a) certified companies and other than small businesses. In addition, the FDA is seeking business sources to determine the availability and capability of small business manufacturers or small businesses capable of supplying a U.S. made product of a small business manufacturer or producer. The associated North American Industry Classification System (NAICS) Code is- 334516 - Analytical Laboratory Instrument Manufacturing; Small Business Size Standard of $500 Million. 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 businesses capable of providing the Equipment and performing the Maintenance for the below requirements. Spectral Imaging System: • Device shall have space efficient footprint (max dimensions: 4ft x 4ft x 5ft) and run on US standard voltage requirement (110 volts - 120 volts) • Device shall have "nano-scale" optical microscope capability with a minimum resolution of 2nm • Device shall be compatible with Intracellular Calcium Measurement System (FDA Barcode: 5109549) • Device shall be compatible with LCH High Resolution Nikon Eclipse Ti Microscope (FDA Barcode: 5109549) • Device shall have a wavelength range of 400nm to 900nm (minimum requirement) • Device shall signal-to-noise ratio below 50 nm • At a minimum, device shall have at least a one-year warranty Maintenance: • On-Site Preventive Maintenance (minimum of one planned preventive maintenance per year but note that this is typically driven by Original Equipment Manufacturer (OEM) recommended schedules so you might want to determine what those are in advance; address calibrations if required for your specific equipment) inclusive of all labor, travel, and parts, components, subassemblies, etc. (generally excludes consumables) • Unlimited Technical Support and Trouble Shooting Assistance (generally accomplished by phone, email, live-chat Interface, etc. within "X" amount of hours from initial contact) • Unlimited Software Updates and Firmware Updates (if required for your specific equipment) • Preventive and Corrective Maintenance performed by OEM-certified technicians, following OEM specifications, manuals, and service bulletins, using OEM-certified tools and replacement parts, components, subassemblies, etc. Deliverables: • Spectral Imaging System o System consists of: spectrophotometer, camera, and optical filters • System Installation and Training • 5 (1-year Post-Warranty Maintenance Options) Responses to this sources sought shall unequivocally demonstrate that respondent is regularly engaged in the manufacture and/or sale of same or substantially similar items. 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 and bio, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, 8(a), SDB, WOSB, EDWOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address; [Provide this same information again if responding to provide a product manufactured by another firm.] • Three (3) years of past performance information for the manufacture and/or sale of same or substantially similar items to include date of sale, description (should also include drawings and photos), 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; • Descriptive literature, brochures, marketing material, etc. detailing the nature of the items the responding firm is regularly engaged in manufacturing and/or selling; • If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this requirement; • If a large business, identify the subcontracting opportunities that would exist for small business concerns; and • Though this is not a request for quote, informational pricing is encouraged. 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. The Government is not responsible for locating or securing any information, not identified in the response. Interested Parties 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 March 6, 2013 by 13:00 hours (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OA/OAGS, Attn: Yolanda Peer, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502 or email yolanda.peer@fda.hhs.gov. Reference 1115803. 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/DCASC/1115803/listing.html)
- Place of Performance
- Address: NIH Campus, 8800 Rockville Pike, Building 29, Room 331, HFM-335, Rockville, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02997187-W 20130301/130227234434-7439fe81e80298b9c9fffc24183fcc8f (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 |