Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2018 FBO #5921
SOURCES SOUGHT

66 -- Spectra-Physics Insight X3

Notice Date
2/6/2018
 
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 - Jefferson, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
FDA_1195091
 
Archive Date
3/8/2018
 
Point of Contact
ROOSEVELT D. WALKER, Phone: 8705437405
 
E-Mail Address
roosevelt.walker@fda.hhs.gov
(roosevelt.walker@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION The U.S. Food & Drug Administration (FDA), is conducting market research to support Center for Biologics Evaluation and Research (CBER) requirement for a Spectra-Physics Insight X3 to have the capability for longer emission wavelength. The FDA is seeking sources to determine the availability and capability of businesses capable of providing the required services. All business sources are encouraged to submit capability statements including small business concerns. The following information is provided to assist the FDA in conducting Market Research to identify potential sources for this effort. The RFI is to help the FDA understand the industry best practices and technical solutions capable of providing the full range of services described in this RFI and the draft SOW. The appropriate North American Industry Classification System (NAICS) Code is 334516 Analytical Laboratory Instrument Manufacturing. The Small Business Size standard is 1,000 employees. This requirement is solicited as a Total Small Business Set-Aside. BACKGROUND The U.S. Food & Drug Administration (FDA), Center for Biologics Evaluation and Research (CBER) require a Spectra-Physics Insight X3 to have the capability for longer emission wavelength. It is critical for CBER to simultaneous multi-color, multi-photon, and deep tissue imaging including intra-vital microscopy. This instrument is essential to acquire multi-color deep tissue imaging with fast speed microscopic image data acquisition using IR laser that are critical to the research and review program for CBER. Technical Requirements: The instrument shall include the following: 1. The laser shall have software controlled automated tuning between 680nm to 1300 nm across the entire tuning range with a single output beam. 2. The laser system shall be able fit to the space on anti-vibration table in a single enclosure less than 36 x 20 x 7.25 inches. 3. The laser shall have separate second fixed output 2-watt beam at 1045 nm wavelength. The laser line shall be synchronized to the fully tunable output with a fixed delay to enable dual wavelength imaging for uncaging and Coherent Anti-stokes Raman Scattering (CARS) microscopy. 4. The system shall have Automated Dispersion Compensation over a broad wavelength range for coherent optical pulses. The multi-photon microscope and shall be compensate for pulse <120fs between 680-1300 nm full tuning range. 5. The system shall have synchronization via BNC (Bayonet Neil Concelman) connection for timing of experimental apparatus. 6. The system output pulse width shall be <120 fs (femto seconds) throughout the complete tuning range of 680nm to 130nm. 7. The laser's average power shall be 700 nm >1 W 900 nm >2 W 1000 nm >1.8 W 1200 nm >1.4 W 1300 nm >1 W 8. The laser's highest peak power ratings throughout the tuning range of laser power with peak power at 940nm and beyond 700 nm >104 kW 900 nm >208 kW 1000 nm >187 kW 1200 nm >146 kW 1300 nm >104 kW 9. The laser's beam parameter shall be Pulsewidth: <120 fs over the full 680-1300 nm range Tuning Speed: 50 nm / sec, full range Diameter: 1.1 +/- 0.2 mm (900mnm) Divergence: <1.5 mrad (900 nm) Polarization: >500:1 (900 nm) Spatial mode, M-squared:: <1.2 (900 nm) Roundness: 0.8-1.2 (900 nm) Noise: <0.5% RMS [10 Hz-10 MHz at 900 nm] 10. The laser system shall have an automated software-controlled tuning speed >50 nm/sec as measured over the full tuning range 11. Shall have 2 Watt, 1045 nm Fixed Beam option and Fixed dispersion compensation for 1045 nm beam, 15000 fs^2 12. Shall include Updates and upgrades for 12 months from date of installation 13. Shall include access to technical support via email or telephone for 12 months for date of installation. Delivery Address (*FOB Destination): US Food and Drug Administration National Center for Toxicological Research (NCTR) Attn: Wen Zou 3900 NCTR RD, Jefferson, AR 72079 Contract Type: Commercial Item-Firm Fixed Price Period of Performance: base year with four (4) 1-year option periods. The contractor shall be required to meet the following performance requirements as follows: • The Contractor shall provide not less than one (1) scheduled on-site planned preventive maintenance visit per year. • The Contractor shall provide on-site repair services within 3 business days of call for service where problems cannot be resolved remotely after 2 business days. • The Contractor shall include unlimited software and firmware updates. • The Maintenance and repair activities shall be performed following the Original Equipment Manufacturer (OEM) specifications, manuals, and service bulletins, using OEM-certified replacement parts, components, subassemblies, etc. • The Contractor shall provide technical support Monday through Friday (excluding Federal Holidays) from not less than 8:00AM - 5:00PM Eastern Time. • All maintenance/repair pricing shall be inclusive of labor, travel, replacement parts, components, subassemblies, and at no additional charge. • Service Records and Reports - the Contractor shall, commensurate with the completion of each service call (inclusive of warranty service), provide the end-user of the equipment with a copy of a field service report/ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment being serviced/repaired and detailing the reason for the service call, a detailed description of the work performed, the test instruments or other equipment used to affect the repair or otherwise perform the service, the name(s) and contact information of the technician who performed the repair/service, and for information purposes, the on-site hours expended and parts/components replaced. In addition, the Contractor shall provide a written report to the FDA COR and Contract Specialist, summarizing all maintenance and repair activities (including warranty work) each time service and/or repair is performed. Repair and Maintenance visits shall not be scheduled during Federal Holidays or Federal Closures as determined by Executive Orders or opm.gov. Federal Holidays are as follows: New Year's Day Veteran's Day Birthday of Martin Luther King, Jr. Thanksgiving Day Washington's Birthday Christmas Day Memorial Day Independence Day Labor Day Columbus Day Schedule of Supplies or Services and Prices/Costs (inclusive of delivery, and installation) 01 Spectra-Physics Insight X3Base Quantity: 1 Unit Issue: EA Unit Price: ___________________________ Extended Price: ____________________________ 02 Option Year 1 (Optional 1- year Period of Preventive Maintenance and Repair Service) To begin upon expiration of initial warranty period and shall continue for a Period of 12 Months Quantity: 1 Unit Issue: 12 Months Unit Price: ____________________________ Extended Price: ____________________________ 03 Option Year 2 (Optional 1-year Period of Preventive Maintenance and Repair Service) To begin upon expiration of Option Year 1 period and shall continue for a Period of 12 Months Quantity: 1 Unit Issue: 12 Months Unit Price: ____________________________ Extended Price: ____________________________ 04 Option Year 3 (Optional 1-year Period of Preventive Maintenance and Repair Service) To begin upon expiration of Option Year 2 period and shall continue for a Period of 12 Months Quantity: 1 Unit Issue: 12 Months Unit Price: ____________________________ Extended Price: ____________________________ 05 Option Year 4 (Optional 1-year Period of Preventive Maintenance and Repair Service) To begin upon expiration of Option Year 3 period and shall continue for a Period of 12 Months Quantity: 1 Unit Issue: 12 Months Unit Price: ____________________________ Extended Price: ____________________________ FOB Point Destination. All items/services shall include shipping and handling to the destination identified herein. 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. • Three (3) years of past performance information for the manufacture, installation and/or sale and maintenance support in which the offeror has provided same or substantially similar system solutions and used for same or near-same applications as set forth herein. For each past performance reference include the 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. Detailed list of items included and not included on the GSA contract to meet this requirement. • Provide information if any of these specifications are too restrictive. 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; • Standard commercial warranty and payment terms; 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 shall respond with capability statements on or before February 21, 2018 by 13:00 hours (Central Time in Jefferson, Arkansas). Reference FDA1195091. 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/FDA_1195091/listing.html)
 
Place of Performance
Address: US Food and Drug Administration, National Center for Toxicological Research (NCTR), Attn: Wen Zou, 3900 NCTR RD, Jefferson, Arkansas, 72002, United States
Zip Code: 72002
 
Record
SN04811965-W 20180208/180206231436-27b88d9102c924eadbfa06833b91f1c3 (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.