Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2010 FBO #3079
SPECIAL NOTICE

66 -- Whole Body monitor

Notice Date
4/28/2010
 
Notice Type
Special Notice
 
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
1071513
 
Archive Date
5/20/2010
 
Point of Contact
William T. Lee, Phone: 3014435863, Doreen Williams, Phone: 301827-3366
 
E-Mail Address
william.lee@fda.hhs.gov, doreen.williams@fda.hhs.gov
(william.lee@fda.hhs.gov, doreen.williams@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Document Type: Request for Information Release Date: April 28, 2010 Response Date: May 5, 2010 at 4:30pm, EST via e-mail to Contract Specialist: William Lee at William.Lee@FDA.HHS.GOV Contracting Office Address: Food and Drug Administration 5630 Fisher Lane Rockville, Maryland 20857 Description: Laboratory Equipment This is a Request for Information to determine the availability and capability of small business (including certified 8(a), Small Disadvantage businesses, HUB Zone businesses; veteran-owned small businesses, and women-owned small businesses. This notice is being posted for fact finding and planning purposes only and shall not be construed as an Invitation for Bid, a Request for Proposal, Solicitation, Request for Quotes, or an indication the Government will contract for the items or services herein. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this source sought. Any response received will not be used as a proposal. The FDA anticipates using a Firm Fixed Price Purchase Order. The NAICS code is 334516. The Office of Regulatory Affairs is seeking to identify sources with capabilities and prior experience to provide a Whole Body Monitor for Radiation Safety: Project Title Personnel Whole Body Surface Contamination Monitor for FDA WEAC Hot Lab/FERN Stockroom Objective / Intended Use of Product The FDA Winchester Engineering & Analytical Center (WEAC) is responsible for analyzing radionuclides in foods, drugs, and other regulated devices, and for radiological emergency response. The requested instrument will be used as an exit monitor for radioactive contamination of personnel exiting the WEAC Hot Lab/FERN Stockroom. This instrument is necessary for the radiation safety program in order to ensure personnel safety and the prevention of radioactive contamination at WEAC. The instrument could also be useful in radiological emergency response efforts. Location The instrument would be located at WEAC, 109 Holton Street, Winchester, MA 01890. Salient Characteristics 1. Detection requirements: the instrument must be capable of detecting alpha, beta, and gamma radiation with gas flow proportional and scintillation detectors. The instrument should be capable of handling a high throughput capacity with detection limits of (LLD or MDA) 3-5 Bq for  emitters, 20-50 Bq for emitters, and 50-400 Bq for  emitters in a count time of 1 minute or less. 2. Monitoring requirements: the instrument must be capable of monitoring the whole body, including the head, both sides of the hands, and the bottom of the shoes, for surface contamination. 3. User input requirement: the user should be able to adjust the counting time as needed. 4. External gas requirement: the user should have the ability to disable the gas consumption when the instrument is being used for  monitoring only. 5. Computer software: the appropriate software for operating the instrument should be included. 6. Size requirement: the instrument must be capable of fitting through the room's entranceway with dimensions: height 83.5", width 34.5". 7. Shielding requirement: the instrument should have its own background shielding. 8. Power specification: 110/220 V ac, 50 or 60 Hz. 9. Trade specification: the instrument must be a newly manufactured unit with an expected life cycle of greater than 10 years at full performance. 10. Warranty specification: the instrument must be warranted for parts and labor for at least 1 year from the installation date. Criteria for Proposals Proposals in response to the requisition should ideally include data indicating estimates of the instrument's detection limits for various radionuclides. Part A. Capability and Technical Experience - Interested parties should submit capability statement describing adequate training and experience in scientific and technical appropriateness in reference to the potential work to be conducted in Part B. Size of Business - Please provide your business size (including certified 8(a), Small Disadvantage businesses, HUB Zone businesses; veteran-owned small businesses, and women-owned small businesses) and submit copies of any documentation such as letters of certifications to indicate the firm status. Part C. Organizational Conflict of Interest (OCI) - If any; provide disclosure of business activities of your company, your affiliates, and your team members and affiliates of your team members which create either a conflict of interest or the appearance of a conflict of interest in the performance of the possible work on evaluation listed above. Part D. Small Business - Describe your ability to meet the requirements in accordance with 52.219.14 - Limitation of Subcontracting. Responses shall adhere to the following: 1. Reference the Request for Information number when submitting Capability Statement. 2. The capability statement shall be no more than five (10) pages in length. 3. The marketing materials shall not be included. 4. The capability statement shall be e-mailed to the attention of the Contract Specialist listed above. FDA makes no implied or in fact contract by issuing this Request for Information. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the FDA's view of the information received. Material that requires a non-disclosure agreement or that may be business sensitive will not be accepted. Please note that responses to this notice will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1071513/listing.html)
 
Place of Performance
Address: 109 Holton Street, Winchester, Massachusetts, 01890, United States
Zip Code: 01890
 
Record
SN02134160-W 20100430/100428234633-73f19ed4de6a2b1ced3710d61b181470 (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  © 1994-2020, Loren Data Corp.