Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2009 FBO #2697
SOLICITATION NOTICE

66 -- ULTRAMICROTOME SYSTEM

Notice Date
4/13/2009
 
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 Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
 
ZIP Code
72079-9502
 
Solicitation Number
09-222-SOL-00020
 
Archive Date
5/5/2009
 
Point of Contact
Regina R. Williams,, Phone: (870) 543-7012, Barbara J Arnold,, Phone: (870) 543-7483
 
E-Mail Address
regina.williams@fda.hhs.gov, barbara.arnold@fda.hhs.gov
 
Small Business Set-Aside
N/A
 
Description
This is combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR Part 13.5, as applicable and 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 solicitation number is 09-222-SOL-00020. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-31, March 19, 2009. The associated North American Industry Classification System (NAICS) Code is 334516 – Analytical Laboratory Instrument Manufacturing, Small Business Size Standard 500 Employees. The Food and Drug Administration is soliciting for the following equipment/supplies: 1. Ultramicrotome System designed specifically for both biological and industrial electron microscopy (EM) samples – Qty 2 ea. Specifications: Anti-vibration equipment needed to ensure precise sectioning • Internal system to isolate the microtome from external vibration • Isolation of the specimen arm to prevent mechanical vibration • Gravity stroke to protect the specimen arm from vibration Anti-static equipment needs to prevent build up of electrostatic charges at the sample surface • Basic instrument needs built-in antistatic equipment to protect the sample surface Viewing system needs • Must have stereo microscope with multiple ergonomic settings to combat fatigue and accommodate multiple users. • Must have ergonomic adaptations for both right and left hand users. • Must have eucentric capabilities that allow for examination of specimens regardless of water level for cryogenic samples. • Defined positioning marks for microscope to ensure optimum alignment for cutting with either glass or diamond knives. • Must have clear and unhindered view of the rear of the chamber for specimen transfer under cryogenic conditions. Lighting Control Specifications: • Independent brightness control for Room temperature; Cryogenic operation; Specimen transfer. • Cool LED light sources for backlight, toplight and specimen illumination. Cable Connection Specifications: • Non interfering hot plugs for safe connections of all cables while instrument is plugged into the main power supply. • Plugs must be easy to reach with fast connect/disconnect capabilities. Control System Specifications: • Control of all systems (microtome, cryogenic chamber and ionizer) with single touch screen for ease of use regardless of right or left handed operator. • On screen controls and touch HELP menus for fast and safe alignment of knife and specimen. • Must be able to program, internally store and easily display settings for at least 5 users for settings such as; cutting speed, feed, chamber temperature, knife position and specimen parameters. • Must have section counter and feed totalizer controls Counting controls must be for up and down as well as east and west. Knife Operation Specifications: • Fully motorized knife stage Motorization must be for both north-south and east-west movement of knife stage; Outside-of-chamber controls for knife alignment [eucentric stage rotation and center click stop]. • Allow easy and precise measurement of block size and inclusions. • Chamber must have 2 rotating knife holders to hold glass or diamond knives and trimming tools. • Enable fast positioning of sample for trimming Need 90° indication marks of the segment arc and specimen arm; Need to have an automatic trimming mode for speed of sample processing. 2. Cryogenic Chamber for Ultramicrotome – Qty 1 ea. Specifications: • Designed for sampling of biological as well as industrial samples at temperatures from -15°C to -185°C. • Sections must be suitable for TEM, LM, SEM and AFM. • Controls must be integrated into that of the ultramicrotome to which it is attached and controls shall be included in one control panel for ease of use. • Cryo chamber must be designed to physically attach to the ultramicrotome in use to prevent external vibration. • Hand rests for both right and left hand operation for ergonomics. • Heated walls to prevent ice condensation during extended periods of use and bake-off. • Adjustable armrests for ergonomics. • Multiple built-in LED illumination of the cryogenic chamber with individual brightness controls for the cryo stage as well as backlighting. • Liquid nitrogen filling system: Operates at a low noise level to avoid disturbance of operator; Pressure-less filling system. Connecting hose for automatic filling that is insulated and threaded. • Display of liquid nitrogen levels in chamber and dewar. • Special collection holders for AFM [atomic force microscopy] specimen carrier inserts. • Multiple rotating knife holders for either glass or diamond knives with individual knife angle settings for sectioning and trimming. • Contact-free specimen arm positioned through the chamber wall to eliminate external vibration and also provide a thermal barrier. • Operating system with memory display for the following to facilitate a quick change from sectioning to trimming: 5 sets of advance and sectioning speeds 4 sets of temperature settings • Cryotools that can be mounted in knife holders for safe and quick transfer of frozen sections. • Individual temperature controls for gas, knife and specimen. • Outside control of eucentric knife rotation with center clickstop for ease of alignment of blockface and knife. • Specimen loading system that allows for maximum safety for knife and specimen. • Rapid cooling function to save time when cooling down to temperatures below -165°C. 3. Automated Tissue Processor – Qty 1 ea. Specifications: • Stainless steel internal surface. • Turntable for either 12 or 24 EM vials. • Keyboard operation with lock function. • Battery backup in event of power interruption. • Remote control alarm. • Software programming to allow: Memory for large number of programs (99); Programming steps between 0-100 hrs; Pre-set and programmable (from graphics interface) reagent list; Delay start; Programmable specimen agitation (0-5Hz); Capability to print protocols. • Printer connection. • Liquid impermeable keyboard. • Fume exhaust system with 3 meter exhaust hose. • Heater-cooling unit with temperatures between +4 to +60 degree C. • Vial sealing system for 24 vials and sealing lid for heater-cooler. 4. EM kit for automated tissue processor – Qty 1 ea. 5. Glass Knifemaker – Qty 1 ea. Specifications: • Balanced break with mechanism above the glass. • Simplified glass alignment system. • Breaks multiple sized glass strips (6.4, 8, and 10mm). • Two scoring positions (long for blocks and halves; short for “free break”). • Delivers high ratio of 45 degree knives. • Ergonomic design. 6. Electron Microscope Sample Automatic Contrast System – Qty 1 ea. Specifications: • Keyboard Operation. • Program controlled peristaltic pump. • Built in battery backup in event of power interruption. • Software programming to allow: Up to 10 separate programs in memory; Time setting for up to 99 hrs per program; Temperature setting for room-temperature to +60 degree C; Menu programming to change chamber overfill and rinse time; Error codes with service routine. • USB connection for transfer of run data to PC. • Liquid impermeable keyboard. • Grid support plates for 20 grids. 7. Ultrastain II Kit for the EM Sample Automatic Contrasting System – Qty 1 ea. 8. Three (3) mm 45 Degree RT Diamond Knife – Qty 2 ea. 9. Thirty-five (35) Degree Cryo Immuno Knife – Qty 1 ea. 10. Forty-five (45) Degree Diamond Trimming Tool – Qty 1 ea. 11. Installation and Training. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations, or reject the terms and conditions of the solicitation, may be excluded from consideration. Contract type: Commercial Item – Firm Fixed Price. Simplified procurement procedures will be utilized. The period of performance is 60 days, or less after receipt of order (ARO), to be delivered by June 23, 2009. FOB Point of Delivery for Services and Supplies provided will be the National Center for Toxicological Research, 3900 NCTR Road, Jefferson, AR 72079-9502. 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. 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) past performance (see FAR 15.304); (iii) price. Technical and past performance, when combined, are equal when compared to 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. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the offeror, past record of meeting delivery schedules and service/maintenance reputation. Include two (2) points of contact name and number that the same or similar equipment was sold. The government reserves the right to make an award without discussions. Offerors shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offerors equipment. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items with its offer. Offers must be submitted on a SF-1449, which can be found at http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF 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. 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; 52.219-4; 52.219-8; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-39; 52.225-1; 52.225-3; 52.225-13 and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. CCR Requirement – Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. It is the offeror’s responsibility to monitor the FedBizOpps website for any released amendments to the solicitation. A standard commercial warranty on parts and workmanship is required. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. Offers are due in person, by postal mail, email or fax on or before April 20, 2009 by 1:00 pm (Central Standard Time – Local Prevailing Time in Jefferson, Arkansas), at Food and Drug Administration OC/OSS/OFFAS, Attn: Regina Williams, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. For information regarding this solicitation, please contact Regina Williams @ (870) 543-7012, FAX (870) 543-7990, email: regina.williams@fda.hhs.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=90694c1adfa42fb16b6880bb881e9b5c&tab=core&_cview=1)
 
Place of Performance
Address: National Center for Toxicological Research, 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN01791477-W 20090415/090413220059-90694c1adfa42fb16b6880bb881e9b5c (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.