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
SOURCES SOUGHT

66 -- Differential Scanning Calorimeter Machine

Notice Date
4/28/2010
 
Notice Type
Sources Sought
 
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
FDA1072754
 
Archive Date
5/27/2010
 
Point of Contact
George Gonzalez, Phone: (301)-827-9361
 
E-Mail Address
George.Gonzalez@fda.hhs.gov
(George.Gonzalez@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, Solicitation, Request for Quotes, or an indication the Government will contract for the items contained 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 sources sought. Any responses received will not be used as a proposal. Currently the Food and Drug Administration, Division of Product Quality Research has an urgent need to upgrade its Differential Scanning Calorimeter (DSC). The requirement is for a system that meets or exceeds the following requirements: Temperature Range: -75°C to 500°C. This temperature range must be accomplished through the use of mechanical cooling without the need of using liquid nitrogen. Calorimeter Sensitivity: The Indium peak height/width ratio (i.e., response ration) of the calorimeter must be > 50. The indium peak height/width ratio is a measure of the sensitivity and resolution of the DSC instrument, with higher value indicating higher sensitivity and better resolution. Robotic Auto-sampler: Because this instrument will be used extensively, and often on a 24 hour basis, it must come equipped with a robotic auto-sampler containing at least 40 sample positions which shall be controllable through a touch-screen display, or by some other means independent of the controlling computer. In addition, as the sample pans employed may vary from run to run, the auto-sampler must also be capable of exchanging the reference pan (at least three positions) and accommodate a variety of DSC pan types, including but not limited to: standard, hermetic, open, and high-volume pans. The calibration of this auto-sampler should be automated such that a typical user can fully calibrate the system in less than 5 minutes. Purge Gas Control: The DSC should include digital mass flow controllers for at least two separate purge gases, such that the purge gas can be automatically switched via software during the experiment. The flow rate must also be adjustable via software during an experiment. The flow rates must be data logged into the resulting data file. Cell Replacement: Due to the anticipated heavy use of this instrument, it may be necessary to periodically replace the DSC transducer cell. This replacement must be accomplished by the user, without the need for a service visit. The instrument should also accommodate specialty cells, such as a high-pressure cell, as it may also be used to study super-critical reactions. These specialty cells should be user-replaceable, and require little or no special installation. Temperature Modulated DSC: The instrument must be capable of performing temperature modulated DSC experiments over the entire temperature operating range and must be capable of performing these experiments in heating, cooling, or pseudo-isothermal modes (pseudo-isothermal is defined as an average isothermal temperature with superimposed modulation). The pseudo-isothermal mode is critical for our research, as we intend to study time-dependent effects on heat capacity at isothermal temperature. The modulated temperature profile must be a regular, periodic function of known amplitude and frequency to ensure steady state control during the experiment, as well as experimental reproducibility. Random temperature perturbations are less reproducible and as such are not acceptable for our research. Software: As this DSC will be used by numerous researchers, it is critical that the analysis software be un-keyed, and should include a site license such that it may be installed (if-needed) on an unlimited number of computers within the FDA. The data file format should easily allow sharing/transfer of data files as individual electronic documents. The data analysis program should also include a.pdf generator, for the efficient export of analyzed plots. These capabilities must be demonstrated for product acceptance. The user must be able to monitor, record and access both the raw signals, as well as the deconvoluted signal [including heat capacity, total heat flow, heat flow phase, modulation-dependent (heat capacity) heat flow, and modulation-independent (kinetic) heat flow] in real time, while the experiment is being performed. In addition, the instrument software must be capable of performing a series of auto-diagnostic tests, either manually or through the scheduling component allowing for the instrument to be fully calibrated and verified automatically, without the need for operator presence. Calibrations must include baseline, cell constant, and temperature. Scheduling capabilities must be present, such that these calibrations and/or verifications can be programmed to perform during normal quiescent periods, such as overnight or on weekends. Options for additional tests verifying the performance of various instrument components such as auto-sampler, motors, electronic boards, mass flow controllers, etc. must also be present. Small Businesses are encouraged to respond if they have the capability and capacity to provide the identified services. Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform the task described above at a sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall be limited to 5 pages, and must include: 1. Company name, mailing address, e-mail address, telephone and fax numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. If qualified as an 8(a) firm (must be certified by the Small Business Administration (SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, CAGE Code, Tax Identification Number (TIN), and company structure (Corporation, LLC, partnership, joint venture, etc). Companies also must be registered in the Central Contractor Registration (CCR) at www.ccr.gov to be considered as potential sources. 5. Identification of any GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6. If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation, such as letters or certificates to indicate the firm's status (see item #3 above). To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. Interested offerors should submit their capability statement not exceeding five (5) pages in length. Phone calls will not be accepted or returned. Interested firms or individuals may submit the requested information to: george.gonzalez@fda.hhs.gov or US Food and Drug Administration George Gonzalez 5630 Fishers Lane / HFA-500 OAGS/DAO Rm 2067 Rockville, MD 20857
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA1072754/listing.html)
 
Place of Performance
Address: White Oak Campus, Building 64, 10903 New Hampshire Avenue, Silver Spring, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN02134510-W 20100430/100428234955-a874d3071fb0405e4638442eb7899d96 (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.