Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2022 SAM #7392
SOURCES SOUGHT

66 -- Uninterrupted Power Supplies (UPS) for the power management of two Zeiss Merlin scanning electron microscopes

Notice Date
2/23/2022 5:19:25 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
FDA OFFICE OF ACQ GRANT SVCS Beltsville MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
FDA-SSN-1252803
 
Response Due
3/2/2022 11:00:00 AM
 
Point of Contact
Warren Dutter, Phone: 8705437577
 
E-Mail Address
warren.dutter@fda.hhs.gov
(warren.dutter@fda.hhs.gov)
 
Description
MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION The Food and Drug Administration (FDA), National Center for Toxicological Research (NCTR) requires Uninterrupted Power Supplies (UPS) for the power management of two Zeiss Merlin scanning electron microscopes. Zeiss Merlin, Serial Number: MRL 40-4265 Zeiss Merlin, Serial Number: MRL 40-6054� The FDA is seeking small business sources to determine the availability and capability of small businesses capable of providing the services 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 334516 - Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 1,000 employees. Minimum Performance Requirements: Each UPS unit shall provide the instrument with 208 V - 230 VAC (+/- 10%), 1/N (L2) / PE. The frequency of the provided power shall be between 50-60 Hz. The units shall be able to exceed 3.6 kVA of power consumption. The system employed shall be able to deliver at least 3.6 kVA for a minimum of 15 minutes. The proposed systems shall include on-site training of the system employed. The proposed systems shall include on-site training of the maintenance required to maintain the instrument in optimum operating conditions. The proposed system shall include a one-year warranty. The contractor shall include installation meeting the following requirements: The installed UPS equipment shall be tested by the technician by turning off the power to the instruments in order to document that the UPS systems are functioning properly, and within their internal power and time specifications and delivering the necessary power to keep the Zeiss microscopes properly running. During the testing shutdown, the units shall be performing within the minimum performance requirements. Period of Performance: Delivery, Installation and Training shall take place within 60 days of award. Place of Performance: FDA/NCTR 3900 NCTR Rd Jefferson, AR 72079 The offeror shall furnish sufficient technical information necessary for the Government to conclusively determine that the offered product/services meet the technical requirements identified above. Though the target audience is small business manufacturers or small businesses capable of supplying services of a small business, 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 product can meet the above requirements. All descriptive material necessary for the government to determine whether the 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. 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 which are due by email to the point of contact listed below on or before March 2, 2022 by 1:00 PM (Central Time in Jefferson, Arkansas) to warren.dutter@fda.hhs.gov, Reference: FDA-SSN-1252803. Notice of Intent Responses to this sources sought announcement will assist the Government in determining whether 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 �SAM.gov. 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
SAM.gov Permalink
(https://sam.gov/opp/1552a9e532e446418c19ad4806609c5b/view)
 
Place of Performance
Address: Jefferson, AR 72079, USA
Zip Code: 72079
Country: USA
 
Record
SN06249681-F 20220225/220223230109 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.