SOURCES SOUGHT
66 -- 2 Brand Name or Equal, Agilent Benchtop UHPLC system, High and Ultra High Pressure Liquid Chromatography Systems
- Notice Date
- 6/20/2013
- 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
- FDA-RFI-1116063
- 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
- General Information: Document Type: SOURCES SOUGHT NOTICE Release Date: June 20, 2013 Response Date: June 25, 2013 at 4:30pm EST, via e-mail Contracting Office Address: Food and Drug Administration (FDA), Office of Acquisition and Grant Services Description: 2 Brand Name or Equal, Agilent Benchtop UHPLC system, High and Ultra High Pressure Liquid Chromatography System NAICS Code: 334516--Analytical Laboratory Instrument Manufacturing Background: This is a SOURCES SOUGHT NOTICE to determine the availability of potential small businesses (e.g., 8(a), service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, veteran-owned small business, and women-owned small business) in accordance with FAR 7.104(d). The potential small business will need to demonstrate the capability to provide 2 UHPLC systems, one High and one ultra High. 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. Mission and Objectives: The purpose of this acquisition is to purchase two Brand Name or Equal Agilent, High and Ultra High Pressure Liquid Chromatography Systems. These 2 BENCHTOP instruments are used for the analysis of small molecules and protein products from cell culture lines. The new instruments must all be brand name or equal to an Agilent Spectrometer 1260 HPLC system. Technical Capability: Is your company able to provide the following: ICP-OES system, software, a computer and input/output controller, installation, training, IQ/OQ, and shipping and handling. a. HPLC system, including one HPLC bio-inert 1290 quaternary bio-inert pump b. 1290 infinity autosampler, Active seal wash option installation, 1290 infinity thermostat, 1290 infinity thermostat column compartment, diode-array detector c. Valve drive for TCC and TCC SL Plus d. 2/pos 6/port valve head, Capillary Kit and 2/pos 10/port valve head 1200bar, Capillary Kit 12mmID, 2/6vlv and2/10 vlv e. 1290 Infinity Diode-Array Detector, Cell replacement with Hi-sensitivity cell installation, Max light Hi-sensitivity cell f. 1260 Infinity Fluorescence Detector g. 1260 Infinity Refractive Index Detector h. Standard flow cell 8µL for 1260 FLD i. OpenLAB CDS LC ChemStation Upgrade, OpenLAB CDS CS PC bundle j. 1260 Infinity Quaternary Pump: Max pressure up to 600 bar k. 1260 Infinity autosampler: Injection volume from 0.1 to 100 µL l. HPLC System Tool Kit, HPLC Starter Kit, Active Seal Wash Installation m. 1290 Infinity Thermostatted Column Compartment: temperature up to 100ºC n. Diode-Array Detector: Spectral range 190 nm to 640 nm o. PC with MS windows, 19" monitor and LC ChemStation software p. ICP-OES system q. Installation r. Training s. Manufactures' Warranty Size of Business: State whether your company is a large business, small business (and also state your under socioeconomic status), College/University, or a non-profit organization. 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 $100,000.00 Over $100,000.00 and Under $175,000.00 Over $175,000.00 and Under $225,000.00 RFI Instructions: This is not an invitation for bid, request for proposal or other solicitation and in no way obligates FDA to award a contract. The sole intent of this Sources Sought Notice is to obtain capabilities for set-aside and procurement planning purposes. Please provide the follow Business information: 1. DUNS Number; 2. Company Name; 3. Company Address; 4. Company Point of Contact, phone number and email address; 5. Type of company under NAICS, as validated via the System for Award Management. Additional information on NAICS codes can be found at www.sba.gov. Any potential government contract must be registered on the SAM website located at http://www.sam.gov; 6. Corporate structure (corporation, LLC, sole proprietorship, partnership, limited liability partnership, professional corporation, etc.); 7. Current GSA Schedules appropriate to this Sources Sought; 8. Current Government Wide Agency Contracts (GWACs); 9. Point of Contact, phone number and email address of individuals who can verify the demonstrated capabilities identified in the responses; 10. Responders should also include a statement about whether or not they have an approved Federal audited accounting system. If the responder has an approved accounting system, please provide the certification in which the accounting system was deemed adequate (e.g. the name of the audit agency and audit number). You may submit as an attachment, which will not count towards the overall page limit. Interested parties having the capabilities necessary to perform the stated requirements may submit capability statements via email to Attn: Juana Quinteros, Contract Specialist at Juana.Quinteros@fda.hhs.gov. CAPABILITY STATEMENTS MUST DEMONSTRATE THE MINIMUM REQUIREMENTS OUTLINED ABOVE. Please address each in order listed above. Responses must identify the RFI number. Please do not provide marketing material. Responses shall be limited to 5 pages. Responses must be submitted no later than 6/25/13.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-RFI-1116063/listing.html)
- Place of Performance
- Address: 10903 New Hampshire Ave, Bldg 64, Silver Spring, Maryland, 20993, United States
- Zip Code: 20993
- Zip Code: 20993
- Record
- SN03094817-W 20130622/130620234944-daff18d2497f4add78347ac8b5dd5cab (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 |