Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2013 FBO #4282
SOURCES SOUGHT

66 -- Cerium Bromide High Resolution Gamma Ray Detection System

Notice Date
8/13/2013
 
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
1122529
 
Archive Date
9/4/2013
 
Point of Contact
Sondea R Blair, Phone: 8705437469
 
E-Mail Address
sondea.blair@fda.hhs.gov
(sondea.blair@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 Office of Regulatory Affairs (ORA) Winchester Engineering Analytical Center's (WEAC) requirement for a Cerium Bromide High Resolution Gamma Ray Detection System. This sources sought notice is being issued to determine small businesses capable of supplying services that satisfies our requirement. The associated North American Industry Classification System (NAICS) Code is Code is 334516- Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. Background: The FDA's Winchester Engineering Analytical Center (WEAC) requires a Gamma Ray Detection System inclusive of post warranty preventive maintenance. Gamma ray spectrometry is one of the most important radioanalytical techniques used by WEAC in support of FERN radiological emergency response. For screening and confirmatory analysis of radionuclides in foods in a nuclear event, especially, in an event where radioactive contamination source is unknown, the gamma-ray spectrometer is also a radio-analytical laboratory's first choice for screening radionuclides in samples. WEAC's routine radiological programs and programs derived from WEAC's radiological emergency responsibility are essential part of the nation's food safety and defense against radionuclide contamination in foods. To ensure WEAC's capability of the emergency responsibility, a Continuity of Operations (COOP) plan is essential for non-interruptive functions in the event an emergency prevents WEAC's radio-analytical laboratory from operating. The requested Cerium Bromide High Resolution Gamma Ray Detection System is a part of the COOP plan efforts. Cerium Bromide High-Resolution Gamma Ray Detection System Minimum Requirements: -Shall be a cerium bromide system with at least a 2x2 crystal -The Detector system shall be configured with 3-D geometry modeling and calibration features -Shall have approximately half the Full Width Half Max (FWHM) resolution of comparable sized NaI(Tl) (Sodium Iodide crystal doped with Thalium) detectors in excess of 350 keV -Shall have an efficiency exceeding - 1.2-1.65 times above 350 keV -Shall have temperature stabilization with accuracy to within +/- 2% over the temperature range of -20 degrees Celsius to 50 degrees Celsius -Shall include Digital tube base with accompanying cables -System shall include modular shielding and cart for transport of system Additional Requirements: Workstation: -The system shall include a complete workstation including computer and monitor for instrument control, data acquisition, and data analysis -Shall be a turn-key solution i.e. the contractor shall be responsible for providing all hardware, components, instruments, computers, software, and that otherwise required to meet these specifications and the FDA's stated need -Shall support sourceless stabilization of the photo multiplier (PMT) gain -The electronic interface shall include the following data acquisition modes a. Pulse Height Analysis mode b. Multi-channel scaling mode with configurable dwell settings c. Single Channel Analyzer with digital output for up to three channels d. Multi Spectral Scaling mode allowing the continuous collection of spectra to two separate memory groups with no dead time between collections e. Time Stamped List Mode -The Electronics Interface shall connect directly to a computer via Ethernet and USB on the same device -The Electronics Interface shall be powered via the computer connection (i.e. Power over Ethernet or USB powered) -Shall have a minimum of three general purpose connections configurable to control the various mode dependent parameters -Shall have indicators for High Voltage, Incoming Count Rate Installation and Training: -The contractor shall provide inside delivery, installation, and clean-up of the installation site for the entire system -Installation shall be inclusive of all labor, parts, installation kits, and travel expense -The vendor shall demonstrate upon installation that the equipment meets the performance specifications -The vendor shall provide an on-site operator training/familiarization which shall include (but is not limited to) system operations, calibration, optimization and basic preventive maintenance procedures Minimum Required Warranty -12-month Warranty on entire system inclusive of parts, labor, calibration, and travel expense -Warranty to commensurate upon receipt, installation, and FDA acknowledgment of acceptability Post-Warranty Service Agreement The service agreement shall include, at a minimum, the following: • Minimum of one (1) Preventative Maintenance visit per contract year • Unlimited on-site services, and repairs as needed • Software updates • Preventative maintenance, services, and repairs performed by a trained and certified technicians • Preventative maintenance, services, and repairs inclusive of all labor, travel, and new certified replacement parts, components, subassemblies, etc. (except consumables) • Phone support available from 8am to 5pm Eastern Time, Monday through Friday Post Warranty Period of Performance: Option Period 1: 12-month period to commensurate upon the completion of the base 12-month warranty. Option Period 1 Price:___________ Option Period 2: 12-month period to commensurate upon the completion of the option period 1 preventive maintenance agreement. Option Period 2 Price:___________ Option Period 3: 12-month period to commensurate upon the completion of the option period 2 preventive maintenance agreement. Option Period 3 Price:___________ Option Period 4: 12-month period to commensurate upon the completion of the option period 3 preventive maintenance agreement. Option Period 4 Price:___________ The offeror may provide information on multiple types of service agreements plans available and pricing of each. Place of Performance US Food and Drug Administration Winchester Engineering and Analytical Center 109 Holton Street Winchester, MA 01890 Responses to this sources sought shall unequivocally demonstrate that the respondent is regularly engaged in the service of same or substantially similar equipment. Though the target audience is small businesses, 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, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address; [Provide this same information again is responding to provide a product manufactured by another firm]. • 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 potential requirement are also requested. • If a large business, provide if subcontracting opportunities exist for small business concerns. The government is not responsible for locating or securing any information, not identified in the response. Interested Contractors 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 August 20, 2013 by 09:00 hours (Central Standard Time in Jefferson, Arkansas) at the Food and Drug Administration, Field Operations Branch, FDA|OO|OFBA|OAGS|DAP, Attn: Sondea Blair, 3900 NCTR Road, HFT-320, Bldg 50, Rm 421, Jefferson, AR 72079-9502 or email sondea.blair@fda.hhs.gov. Reference FDA 1117227. 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). Additional Notes: If the stated requirements appear restrictive, please submit comments detailing the concern. Though this is not a request for quote, informational pricing is encouraged.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1122529/listing.html)
 
Place of Performance
Address: US Food and Drug Administration, Winchester Engineering and Analytical Center, 109 Holton Street, Winchester, Massachusetts, 01890, United States
Zip Code: 01890
 
Record
SN03146965-W 20130815/130813235508-21449f6fcaac91480f0801bbeb3003eb (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.