Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2013 FBO #4250
SOLICITATION NOTICE

66 -- Particle Analyzer

Notice Date
7/12/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument 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
1120652
 
Archive Date
7/24/2013
 
Point of Contact
Crystal G. McCoskey, Phone: 8705437267
 
E-Mail Address
crystal.mccoskey@fda.hhs.gov
(crystal.mccoskey@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The government intends to issue a Purchase Order in accordance with FAR PART 13.106 for the requirement under Simplified Acquisition Procedures. The solicitation number is 1120652 and this solicitation is issued as a Request for Quote (RFQ). RESPONSE DATE: 07/22/2013 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-68 effective June 26, 2013. The associated North American Industry Classification System (NAICS) Code is 334516- Analytical Laboratory Instrument Manufacturing; FSC Code is 6640. Small Business Size Standard is 500 employees. Acquisition is unrestricted. Contract Type: Commercial Item-Firm Fixed Price. REQUIREMENTS: Background The U.S. Food and Drug Administration (FDA) National Center for Toxicological Research (NCTR) and the Arkansas Regional Laboratory of the Office of Regulatory Affairs (ORA), co-located in Jefferson, AR., requires one (1) tunable resistive pulse sensing (TPRS)-based particle analyzer for use in research. In particular, the system will be used to support nanotechnology needs to perform complete physicochemical characterization of nanomaterials in consumer products, including the determination of the nanomaterial average size, size distribution, zeta potential and concentration. Traditional particle sizing techniques such as electron microscopy and chromatography are labor intensive, and require expensive instrumentation and complex sample preparation, which are not suitable for field laboratories. Other popular techniques such as dynamic light scattering can give rise to erroneous results due to strong biases caused by larger particles. High-throughput, field-amendable and accurate characterization of nanomaterials can be accomplished with a system that is portable, and performs rapid and real-time size and charge analysis of nano- and micro-particles (e.g. viruses, bacteria and cells, liposomes, silicon dioxide, titanium dioxide, gold, etc.) on a particle-by-particle basis. General specifications • The components shall be newly manufactured units, not used, refurbished or previously used for demonstration. • The system shall include all shipping and handling charges to the place of performance (Jefferson, AR). • The system shall be delivered with all necessary supplies and accessories required for installation and start-up. • Installation and 2 days of on-site training covering the operation, calibration, and routine maintenance of the system components, sample preparation for analysis, and use of the software to operate the system and perform data analysis shall be provided by the contractor. • The vendor shall demonstrate, upon installation, that the system meets all performance specifications. The instrument will not be accepted until those performance specifications have been met. System specifications • Shall operate on US standard 120V electric service. • The system shall be portable. • The system shall be composed of a non-optical nanopore-based instrument that uses tunable resistive pulse sensing (TRPS) to perform precise physical characterization (e.g. size, zeta potential and concentration) of micro- and nano-particles. • The system shall possess a variable pressure module (VPM) that provides pressure and vacuum control of sample flow to complement the electrophoretic operation of the base instrument. • The system shall include a fluid cell that allows for the easy positioning of the nanopore and could be easily fitted to the base instrument. The fluid cell shall be fitted with silver chloride electrodes and allow for a minimum sample volume requirement of 40 µL. • The system shall be capable of accurately and reliably measuring particle size and size distribution (in the 50 nm-10 µm size range) of polydisperse samples in aqueous solutions. • The system shall be capable of rapidly and precisely measuring particle concentration of biological, organic and inorganic particles (in the 105 to 1012 particles/mL concentration range). • The system shall be capable of real-time monitoring and detection of aggregation, functionalization and particle-particle interaction events. • The system shall be capable of simultaneously determining particle size and zeta potential of particles on a particle-by-particle basis. Software • The system shall be capable of instrument control and data analysis. Data analysis software shall allow for installation on at least two computers. • The system shall perform all functions without the requirement of internet access. • Contractor shall include coverage for software and firmware updates that can be installed without internet access. Accessories The system shall include the following accessories: • User's manual. • Appropriate tubing/power cords/miscellaneous fittings and parts required for turnkey operation. • A starter package that includes calibration standards, reagents and appropriate nanopores. • A laptop for instrument control, data acquisition, and data analysis. Warranty • The system must be covered by warranty (parts and labor) for 12 months from the date of acceptance. Delivery Deliver to: U.S. Food and Drug Administration Attn: Sean Linder 3900 NCTR Road Building 26 Jefferson, AR 72079 Delivery Date: within 30 days after receipt of order Schedule of Items: Tunable Resistive Pulse Sensing (TPRS)-Based Particle Analyzer - 1 each, in accordance with specifications above (to include all components, cables, adapters, software, shipping, etc) tiny_mce_marker____________ FAR and HHSAR Clauses and Provisions incorporated by reference may be obtained at: http://www.acquisition.gov/far/ http://www.dhhs.gov/asfr/ogapa/acquisition/acquisitionpolicies.html The provision at FAR 52.212-1, Instructions to Offerors- Commercial Items (FEB 2012) applies to this solicitation. The provision at FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: (i) Technical capability of the offered system to meet the Government's requirements. (ii) Price Technical capability is more important when compared to price. Technical capability will be determined by review of information submitted by the Offeror which must provide a description in sufficient detail to show that the item quoted meet the Government's requirement. The government is not responsible for locating or securing any information, which is not identified in the quote. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the item meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum requirement, which demonstrates the capabilities of the Offeror. Proprietary information shall be clearly marked. In addition to the equipment pricing requested in the schedule of items, vendors can provide pricing and detail for any additional theory/applications training offered at the contractor's training facility. All quotes shall be valid until 09/30/2013. The provision at FAR 52.212-3, Offeror's Representations and Certifications-Commercial Items (DEC 2012), applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (JUN 2013), applies to this acquisition. Addenda to this clause are as follows: Other Terms and Conditions Inspection and Acceptance The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the contracting officer's representative (COR) specified at award. If the supplies or services are acceptable, the COR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COR shall document the nonconforming items/services and immediately notify the contracting officer. Invoice Submission Payment terms net 15 days after government acceptance of the supplies/services. Invoices shall be submitted to the attention of the Office of Financial Services identified below and contain all necessary information per FAR 52.212-4 (g) in accordance with the following instructions. I. An original and two (2) copies shall be submitted to: FDA/OC/OA/OFO/OFS Attn: Division of Payment Services 3900 NCTR Road, HFT-324 Building 50, 6th floor, suite 616 Jefferson, AR 72079 Phone: (870) 543-7446 Fax 870-543-7224 An electronic invoice can be emailed to the following address: nctrinvoices@fda.hhs.gov II. One copy each to the Contracting Officer and Contracting Officer Representative (COR) or other program center/office designee, clearly marked "courtesy copy only": Questions regarding invoice payments should be directed to the FDA payment office at phone or email reference provided above. Questions relating to when payment will be received should be directed to the FDA payment office at the email below or at (870) 543-7446 or (870) 543-7042. nctrinvoices@fda.hhs.gov. The following clauses are incorporated by reference: • HHSAR Clauses: 352.222-70 and 352.231-71 The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2013), applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: (b) 52.204-10, 52.209-6, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-3 with Alt I, 52.225-13 and 52.232-33 Additional Information It is the offeror's responsibility to monitor the internet site for the release of any information related to this combined synopsis/solicitation. Offerors are responsible for delivery in person, by e-mail, fax, mail or other delivery method their complete proposal and any additional documents before 2:00 pm (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on July 22, 2013 to crystal.mccoskey@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, FDA/OO/OFBA/OAGS/DAP, Attention of Crystal G. McCoskey, 3900 NCTR Road, Building 50, Room 426 Jefferson, AR 72079-9502. When appropriate, offerors should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time. For information regarding this solicitation, please contact Crystal G. McCoskey by e-mail at crystal.mccoskey@fda.hhs.gov. Questions regarding this solicitation will be accepted only via email and shall be submitted no later than 09:00 AM CST on July 19, 2013. Please reference solicitation number 1120652 in subject line of all correspondence. PLEASE NOTE - The above contact information is for the Contracting Office and not necessarily the delivery address. The delivery address is indicated in the Place of Performance section above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1120652/listing.html)
 
Record
SN03115306-W 20130714/130712234807-af07eed50ce88af27dd65eae65615ebb (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.