Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2011 FBO #3409
SOLICITATION NOTICE

66 -- Fourier-Transform Infrared (FTIR) System

Notice Date
3/24/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device 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
1085913
 
Archive Date
4/13/2011
 
Point of Contact
Howard Nesmith, Phone: 870-543-7459
 
E-Mail Address
howard.nesmith@fda.hhs.gov
(howard.nesmith@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) format in Subpart 12.6, 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 government intends to issue a Purchase Order in accordance with FAR PART 13.106 for the attached requirement under Simplified Acquisition Procedures. The solicitation number is 1085913. 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) 2005-38. The associated North American Industry Classification System (NAICS) Code is- 334519 - Other Measuring and Controlling Device Manufacturing; Small Business Size Standard is 500 in number of employees. Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method their complete proposal and any additional documents before 10:00 am (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on March 29, 2011 to howard.nesmith@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, OC/OSS/OAGS, Attention of Howard Nesmith, 3900 NCTR Road, Jefferson, AR 72079-9502. PLEASE NOTE - The above contact information is for the Contracting Office and not necessarily the delivery address. The delivery address is indicated in the FOB Destination section below. When appropriate, Respondents should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time. For information regarding this solicitation, please contact Howard Nesmith by e-Mail at howard.nesmith@fda.hhs.gov, Phone (870) 543-7459, or FAX (870) 543-7990. The Food and Drug Administration is soliciting quotes for a real-time, in situ process monitoring Fourier-Transform Infrared (FTIR) System. ***Any award(s) resulting from this solicitation is contingent*** ***on the availability of funds within the 2011 Fiscal Year*** Item #1 A real-time, in situ process monitoring Fourier-Transform Infrared (FTIR) system Bench top real-time FTIR to analysis chemical information in both liquid and solid phases such as crystallization, high-shear granulation, biotech processes, etc. The system must have the following features and capabilities at the least: General Requirements: • A single vendor should manufacture, sell, service and provide technical support for the entire reaction analysis system including interferometer, probe technology and software • Vendor must demonstrate that reaction analysis is a core part of their business • The vendor shall have a team with technical expertise specifically in reaction analysis who are available for consultation without additional cost Hardware and Sampling Technology Requirements: • Must have capability to monitor reactions in situ and in real-time, eliminating the need for off-line sampling analysis and the associated problems as a result of reaction perturbation • must be a real-time, in situ FTIR reaction analysis system equipped with a silicon and/or diamond multi-bounce ATR (Attenuated Total Reflectance) probe • Silicon and diamond must both be available as ATR (Attenuated Total Reflectance) sensor materials • All probe wetted parts should be compatible with typical organic reagents and solvents using no o-ring or brazed seals of any kind, and materials of probe construction must be chemically inert consisting only of alloy C-276, C-22 or gold (gold-plating of non-inert material such as stainless steel not acceptable) • Sensor must have greater than 3 reflections, preferably 6 or more for the best sensitivity • Must have a wide variety of sampling technologies available based on both fiber optic technology and mirrored conduit so that a wide range of chemical applications can be monitored without degradation of the sampling technology • Sampling technology must be currently available for purchase fulfilling the requirements to monitor under the following conditions: • Pressure range (vacuum to 310bar), Temperature range (-80 to 300C) • pH range from <1 to 14 • RTD (resistance temperature detector) must be integrated into the probe tip of the fiber based probes to automatically capture temperature of the reaction mass with each spectra collected • ATR sensor should be oriented flat along the probe tip and not protrude eliminating the possibility of damaging the sensor • The infrared energy should be transmitted to the sensor and returned to the interferometer using silver halide fiber optic technology so that the fibers are robust and flexible (chalcogenide fiber optics are not acceptable as they are brittle and susceptible to breakage) • The fibers should be housed in protective conduit to minimize possibility of damage • The fiber and probe assembly should be designed to be fully disassembled so that any failed component can be individually repaired and replaced • A micro flow cell using standard HPLC fittings and internal volume of no more than 10ul must be available as alternative sampling technology in a "plug and play" configuration to allow the monitoring of continuous chemistry • A liquid nitrogen Dewar should be designed to hold at least a 24 hour supply of liquid nitrogen without refilling • A interferometer should employ an active temperature control design consisting of electrical heating and thermoelectric cooling balanced against one another to maintain temperature control within the interferometer enclosure within +/- 1C in order to provide long term stability performance for extended time reactions • The system should be capable of multiplexing at least two silver halide fiber probe assemblies at one time and each sampling point should be treated by the software as a completely independent channel allowing each probe to monitor either parallel reactions, or to be shared asynchronously by two chemists working independently • The system should be small and portable allowing it to be easily transported within the facility: Footprint on bench no greater than approximately 22w x 28d x 38h (cm) and weigh no more than approximately 16kg (35lb) Software Requirements: • Software must be specifically designed for real-time process monitoring • Intuitive and easy to use with minimal training (for use as a "walk-up" reaction analysis tool) • Wizard guided method to configure the reaction analysis system • Wizard guided method to configure and collect reaction data • Automated tools to convert data to chemical information • All data analysis functionality should be available in real-time as well as in post reaction mode • Files should be capable of being saved as Templates that can be applied to subsequent experiment so that analysis does not have to be repeated on every experiment file • Templates should not only apply peak picking, but also carry over any reference spectra, and apply any advanced math functions including the automatic subtraction of solvent spectra • A solvent subtraction algorithm should be integrated that automatically adjusts for any changes in solvent concentration without any user input so that over/under subtraction does not occur • Automatic peak picking available based chemical functional group association • Data treatments to aide in the interpretation of the data (e.g. baseline correction, solvent subtraction, and 1st, 2nd and 3rd derivatives) • User defined trends for advanced math functions applied to relative concentration values • An algorithm should be provided at no additional cost that will automatically deconvolve the three dimensional data sets providing concentration profiling of reaction species along with their calculated infrared component spectra for each of those species so that the data can be interpreted without needing specialized expertise • Dynamic and automatic real-time solvent subtraction to effectively remove solvent characteristics from the data making it easier to interpret the data • Integrated quantitative analysis software available with capability to predict absolute concentration in real-time • Automated and real-time export of spectral and profile (concentration) data to specified location on local workstation or to intranet • Easy export of all graphical elements to common graphical data formats (e.g. bitmap, metafile) for report generation and publication preparation • Easy export of spectra and trends in common data format for import into spread sheets for further analysis (e.g. kinetics analysis) • Backwards compatibility to analyze data collected with older software versions from the same manufacturer • Capable to import off-line analytical data to scale and quantify Infrared peak profiles • Single-click report generation • Low cost software maintenance agreement available to include automatic upgrades to future software revisions • Running under Windows XP or Vista operating systems with all service pack versions • OPC compatible Quantity: 1 (One) Unit Price: ____________________ Make:__________________________ Model:_________________________ Part Number:____________________ FOB Destination - US Food and Drug Administration, White Oak Campus, 10903 New Hampshire Avenue, WO Building 62 Loading Dock, Silver Spring, MD 20993 Contract Type - Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. 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. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. 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 the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the items offered to meet the Government's requirement. (ii) Price. The government will award the purchase order to the lowest price technically acceptable quote. Technical acceptability will be determined by review of information submitted by the quoter which must provide a description in sufficient detail to show that the product/service quoted meets the Government's requirement. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically at http://orca.bpn.gov. 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: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 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.arnet.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. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1085913/listing.html)
 
Place of Performance
Address: US Food and Drug Administration, White Oak Campus, 10903 New Hampshire Avenue, Silver Spring, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN02409072-W 20110326/110324235059-8d51ec6a247e6fa759d031519ef55159 (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.