Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2009 FBO #2833
SOLICITATION NOTICE

66 -- Assay Detector

Notice Date
8/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333993 — Packaging Machinery 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
1061902
 
Archive Date
9/16/2009
 
Point of Contact
Jaclyn Stielper, , Doreen Williams, Fax: 301-827-7106
 
E-Mail Address
jaclyn.stielper@fda.hhs.gov, doreen.williams@fda.hhs.gov
(jaclyn.stielper@fda.hhs.gov, doreen.williams@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, 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 announcement constitutes the only 100% total small business set aside solicitation and a written solicitation will not be issued. This synopsis, NAICS code 333993, is to notify contractors that the government intends to issue a Firm Fixed Price Purchase Order in accordance with FAR Part 13 for the following statement of work, under the simplified acquisition procedures. Award will be made to the party whose quote offers the best value to the Government. The Government may award this contract to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability and 2) Price. Technical Capability is significantly more important than price. This solicitation is issued as a Request for Quotation (RFQ). The Food and Drug Administration (FDA) intends to award a purchase order for an assay detector. General Duties/Description of Work Brand Name or Equal. Kinematic Automation Part Number 00-020634 Quantity: 1 Matrix L 1201 w/5m38 Part Number 00-041301 Quantity: 1 Matrix 2210 Laminator Module Part Number 00-049776 Quantity: 1 M1600 W/0 Cx7/2 Mx 10 Pumps Part Number 00-028108 Quantity: 1 Matrix 2360 Prog. Shear Module 1. Membrane cutter with integral powered drive unit; variable speed drive; quick change tooling modules; high litting accuracy; low maintenance; ability to cut 50 strips/sheet, 8” (20cm) x unlimited length; maximum material thickness – 0.010” (0.25mm); provide 250 sheets/hour; power source – 110/220VAC, 50/60 Hz, 3 Amp; D2 tool steel type blades. 2. Laminator to include quick change track alignment key; process multiple products with one unit; possess very high laminating accuracy; repeatable process control; high throughput; low maintenance; user configurable vacuum platens; internally generated vacuum supply. Substrates to have a maximum length of 13” (33 cm) and maximum width of 4.5” (11.5 cm) Membranes to have a masimum length of 13” (33 cm) and maximum width of 1.5” (3.8 cm). Must process air at 7.6cfm @ 90psi; clean-dry air; must not require electrical or vacuum connection. Technical Requirements to development and manufacture of rapid diagnostic test strip process: (continued) 3. Shear must have electric drive for quiet and vibration free operation; English or metric programming; quick change blade design; anti static bar to reduce electrostatic problems; easily change card width without use of tools; cut from continuous web or individual cards; simple calibration touch screen control; long life blade design. Strip width to be 0.125” to 24” (0.3 to 60cm) and strip length to be 0.75 to 4” (2 to 10cm). Should have strip mode cutting tolerance of +0.004” (0.1mm) and card mode cutting tolerance of + 0.06” (1.5mm); produce 360 strips per minute; power requirements: 110/220 VAC, 50/60 Hz, 5 Amp. 4. Reagent Dispensing Module must include touch screen operator interface; easy change from lines to dots; small footprint, bench top application; integrated control system; R&D/production capable; contact or non-contact dispensing; easy programming of dispense rate (ul/cm); easy programming of platen speed (cm/sec). Must provide sheet size of 3.93 x 12.59” (100x320mm); 1-4 lines; supply reservoir of 5000ul and 100ul syringe. Capability to dispense a minimum dot volume of.5ul; 0.07” (2mm) minimum dot spacing; 0.78” to 4.72”/sec (2 to 12cm/sec of platen speed and 0 to 3.15” (0 to 80mm for line spacing. Dispense rate must be +1% and platen speed must be +1%. Power requirements: 110 VAC 50/60 Hz 3 Amp – 230 VAC 50/60 Hz; Process Air requirements 3cfm @85psi (85 l/min@5.86 bar) – clean dry air. 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. QUESTIONS DEADLINE: All questions are to be submitted via email to Jaclyn.Stielper@fda.hhs.gov no later than August 27, 2009 at 4:30 PM EST. Telephone calls will not be accepted. QUOTATIONS DUE: All quotations are due, via email to: Jaclyn.Stielper@fda.hhs.gov, no later than 4:30 PM EST on September 1, 2009. 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 52.217-9, 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/1061902/listing.html)
 
Place of Performance
Address: 8800 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01926105-W 20090827/090826001356-d3d9100e2fe3302cbe0e6d29a71553b2 (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.