SOURCES SOUGHT
66 -- CCD Camera
- Notice Date
- 6/27/2013
- Notice Type
- Sources Sought
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- FDA1121281
- Archive Date
- 7/10/2013
- 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 Center for Biologics Evaluation and Research (CBER) requirement for a charge-couple device (CCD) Camera. The FDA is seeking small businesses sources to determine the availability and capability of small business manufacturers or small businesses capable of supplying, and subsequently maintaining, a U.S. made product of a small business manufacturer or producer for the CCD Camera described herein. Other than small business concerns are also encouraged to submit capability statements. The following information is provided to assist the FDA in conducting Market Research to identify potential contractors for this effort: The associated North American Industry Classification System (NAICS) Code is-333314- Optical Instrument and Lens Manufacturing; Small Business Size Standard is 500 employees. The Food and Drug Administration (FDA), Center for Biologics Evaluation and Research (CBER) requires one Charge-Coupled Device (CCD) Camera. The CCD camera is an integral part of the IVIS 50 instrument which is installed in CBER's animal facility and which is used by multiple investigators. At the moment, it is primarily used for the development of the animal model of Progressive Vaccinia, a serious complication observed in a proportion of recipients of smallpox vaccine. The CCD camera acquires images of light emitted by infected organs of live animals. The animal model for testing of the efficacy of smallpox vaccines and antiviral therapies. This newly developed model is based on the ability of IVIS50 instrument to monitor replication of recombinant vaccinia virus expressing luciferase in live animals and has been already shown to be superior in accuracy and sensitivity compared to traditional weight loss measurements. The successful completion of these projects critically depends on IVIS50 instrument and CCD camera. The camera shall be able to record bioluminescence and fluorescence from live animals and shall be compatible with the IVIS 50 instrument (Perkin Elmer) serial number 13217 The contractor shall provide the new CCD Camera, software and removal of old CCD camera from IVIS 50 instrument and installation of the new CCD camera. Instrument shall be warranted for not less than one (1) year to commence upon formal acceptance of the system by the FDA. Post-Warranty Service Agreement (preventive and corrective maintenance) for up to four (4) 1-year option period. FOB Point Destination. All items shall include delivery to the destination identified below. Desired delivery/installation date is within 60 calendar days after receipt of order. FOB Point of Delivery for Services and Supplies will be the FDA located at 8800 Rockville Pike, Building 29B, Room 3G21, Bethesda, MD 20892. The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered products/services and components meet the technical requirements identified above. 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, 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 (Provide this same information if responding to provide a product manufactured by another firm); • Sufficient descriptive literature that unequivocally demonstrates that offered products and services can meet the above requirements. All descriptive material necessary for the government to determine whether the service/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. • Information on available service/maintenance plans. • Compatibility with IVIS 50 instrument. • Three (3) years of past performance information for the manufacture and/or sale and maintenance support of same or substantially similar items to include date of sale, description, 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. • If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement. • Provide information if any of these specifications are too restrictive or more information on balances are needed. No response will be considered that the listed specifications are adequate in a competitive environment. • 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 is not responsible for locating or securing any information, not identified in the response. 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. 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 July 8, 2013 by 13:00 hours (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, OO/OFBA/OAGS/DAP, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502 or email nick.sartain@fda.hhs.gov. Reference FDA1121281. 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/NCTR/FDA1121281/listing.html)
- Place of Performance
- Address: 8800 Rockville Pike, Building 29B, Room 3G21, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03101474-W 20130629/130627235637-c0c4ea34906bf006793f99693553260a (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 |