Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2006 FBO #1703
SOLICITATION NOTICE

66 -- Hot Stage Module w/Differential Scanning Calorimetry

Notice Date
7/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance and Acquisition Services, Jefferson Laboratories, Attn: Division of Contracts and Acquisitions, HFT-322 3900 NCTR Road, Jefferson, AR, 72079-9502
 
ZIP Code
72079-9502
 
Solicitation Number
FDA-SOL-06-00267
 
Response Due
8/3/2006
 
Archive Date
8/18/2006
 
Description
The Food and Drug Administration intends to award a Purchase Order on a sole source basis to Mettler Toledo, 1900 Polaris Parkway, Columbus, OH 43240 for the item listed below. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR Part 13.5. (i) This is a combined/synopsis solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) The solicitation number is FDA-SOL-06-00267. This solicitation is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-11, July 5, 2006. (iv) The associated North American Industry Classification System (NAICS) Code is 334516- Analytical Laboratory Instrument Manufacturing, Small Business Size Standard 500 Employees. (v) The Food and Drug Administration is soliciting for the quantity of one (1) each for the following: ? Mettler Toledo FP84HT or equal Hot Stage Module with DSC (Differential Scanning Calorimetry) capabilities which includes: The Hot Stage must have a temperature range of at least ambient to 375C and must accommodate transparent crucibles that allow microscopy during DSC scans; temperature flow sensors to support calorimetric measurements while performing microscopy with controlled temperature ramps; temperature controller must have a range of -60 to 400C, must have temperature ram rates covering range from 3.1 to 20C/minute, must allow the user to store up to 35 temperature programs and must support calibration by the user; The software must allow the user to control the temperature controlled by a Microsoft Windows compatible computer; The instrument must be complete with the exception of the computer and microscope and must include all firmware and cables required to install the instrument for operation on an Olympus BX51 Microscope; must supply user's manual, installation and basic training on the instrument. JUSTIFICATION: The Government believes only one source manufactures a hot stage module with true differential scanning calorimetry capability. Differential scanning calorimetry is based on measurement of heat flow between an empty reference pan and a full sample pan to determine the differential heat flow into the sample itself. Mettler Toledo is believed to be the only vendor that manufactures a microscope hot stage with two pans, one a reference and the other a sample pan. Our need require the Hot stage/DSC systems, not a single pan systems that require the user to run a blank scan, cool the pan, fill it with sample and then run a sample scan; as that process is less accurate than true DSC and presents several experimental challenges that will call the final results into question. An official authorized to bid the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. (vi) Contract type: Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. (vii) FOB Point Destination. To be delivered by September 29, 2006 to the Division of Pharmaceutical Analysis, 1114 Market Street, Room 1004, St. Louis, MO 63101 (viii) The provision at FAR 52.212-1 Instructions to Offerors- Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2 Evaluation - Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; The technical evaluation will be determination as to whether the proposed contractor is capable of providing the equipment. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the government to determine whether the product meets the technical requirements. If the vendor proposes to modify a product so as to make it conform to the requirement of this solicitation the vendor shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. The government reserves the right to make an award without discussions. (x) Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52,222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.232-33 and 52.232-34. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. (xiii) A standard commercial warranty on parts and workmanship is required. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. (xv) All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. The quotation must reference solicitation number FDA-SOL-06-00267. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Offers are due in person, by mail or fax on or before August 3, 2006 by 15:00 hours (Central Time ?C Local Prevailing Time in Jefferson, Arkansas), at Food and Drug Administration, OC/OSS/OFFAS, 3900 NCTR Road, Jefferson, AR 72079-9502. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. See numbered note 22. (xvi) For information regarding this solicitation, please contact Regina Williams @ (870) 543-7012, FAX (870) 543-7990, email regina.williams@fda.hhs.gov. .
 
Place of Performance
Address: 1114 MARKET STREET, ST. LOUIS, MO
Zip Code: 63101
Country: UNITED STATES
 
Record
SN01096150-W 20060726/060724220310 (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.