Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
SOLICITATION NOTICE

66 -- Handheld Portable X-Ray Fluorescence Analyzer

Notice Date
8/5/2009
 
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 Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-09-1059262
 
Point of Contact
Karen R. Petty, Phone: 301-827-8774
 
E-Mail Address
karen.petty@fda.hhs.gov
(karen.petty@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6. This announcement constitutes the only solicitation and a written solicitation will not be issued. This synopsis, NAICS code 334516, is to notify contractors that the Food and Drug Administration (FDA) is seeking competition of this requirement in accordance with FAR Part 13.106 for the following statement of work, under the simplified acquisition procures. Under the simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-35. This synopsis is designated for 100% Small Business Set Aside competition for a firm fixed-price purchase order. Prospective offerors are responsible for monitoring the FedBizOpps website for the release of any amendments to this solicitation. Hard copies will be provided to individuals eligible under the Americans with Disabilities Act and Rehabilitation Act upon request. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. This combined synopsis solicitation is issued as a Request for Quotations (RFQ). The FDA intends to award a purchase order for six (6) for a Handheld Portable X-Ray Fluorescence analyzer. Specifications for six (6) handheld X-Ray Fluorescence analyzers include: •An instrument with a user replaceable beam filter/secondary target. It allows the user to design a custom filter/secondary target. The user is able to interface with the instrument to manually enhance sensitivity, minimize interferences, and minimize background baseline signal for a tailored analyses carried out by highly trained chemists. •An instrument with a silicon drift detector (SDD). This would dramatically increase resolution, i.e. to, or less than 145 eV @ 100,000 counts per second. This would also greatly decrease analysis time and increase the ability to resolve overlaps in the emission energies from potentially interfering elements. •An instrument shall allow for manual tuning and flexible acquisition parameters. It shall provide real-time spectra during acquisition. This is important when performing trace level analyses for elements that may not be detected and identified with the software, as purchased. •For a portable instrument, it must have elemental sensitivity down to 1.2 keV emission energy without the need of helium gas. This is essential to measurement of low level Si, Al, P, or Cl. •An instrument that is capable of improving our detection of light elements through use of a portable vacuum system. •An instrument shall be from a company that provides significant support in regard to a high technical use of these types of devices. (Most portable XRFs are designed for explicit uses, e.g. soil analysis, alloy analysis, and for other test materials that are not FDA-regulated products. Moreover, they are designed for use by technicians operating in the field with a limited scope on interest. Hence, most portable XRFs do not bear the capabilities and characteristics that allow the greatest exploitation and application of this technology for FDA needs.) This technical support would aid in training, research, new applications, and method development. EVALUATION AND AWARD: Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government may award this purchase order to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," (2) Past performance and 3) Price-- price warranty to include four (4) option years. Technical Capability is significantly more important than price. The FDA intends to make an award immediately after the response date of this notice. The award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures. Delivery locations include the following: Delivery Location #1:North East Regional Laboratory 158-15 Liberty Avenue Jamaica, NY 11433 Delivery Location #2:Arkansas Regional Laboratory 3900 NCTR Road, Building 26 Jefferson, AR 72079 Delivery Location #3:Kansas District Laboratory 11510 West 80th Street Lenexa, KS 66214 Delivery Location #4:South East Regional Laboratory 60 – 8th Street NE Atlanta, GA 30309 Delivery Location #5:Forensic Chemistry Center 6751 Steger Drive Cincinnati, OH 45237 Delivery Location #6:San Francisco District Laboratory 1431 Harbor Bay Parkway Alameda, CA 94502 CCR: Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information. All responsible sources that can provide and meet the above requirements, shall submit written quotation by the response date. QUESTIONS DUE: All questions must be received by email to: karen.petty@fda.hhs.gov, no later than 5:00pm, EST on or before August 11, 2009. QUOTATIONS DUE: All quotations must be received by email to: karen.petty@fda.hhs.gov, no later than 5:00pm, EST on or before August 17, 2009. Telephone calls will not be accepted. PROVISIONS and CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The following agenda has been attached to the clause: None. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, and FAR 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-09-1059262/listing.html)
 
Place of Performance
Address: see various locations, United States
 
Record
SN01899784-W 20090807/090806000324-282fd9ecdfb274efae39afb8910de2b7 (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.