Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
SOLICITATION NOTICE

66 -- Time-Resolved Fluorescence System

Notice Date
7/12/2011
 
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
1090095
 
Archive Date
8/6/2011
 
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
Total Small Business
 
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 1090095. 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) 2005-53, July 5, 2011. The associated North American Industry Classification System (NAICS) Code is- 334516 - Analytical Laboratory Instrument Manufacturing; Small Business Size Standards is 500 in number of employees. This combined synopsis/solicitation is set-aside for Small Business. Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method their complete proposal and any additional documents before 9:00 am (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on July 22, 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 Time-resolved fluorescence system. This instrumentation will also require proper care and maintenance for optimal performance after the initial warranty expires. Any award(s) resulting from this solicitation is contingent on the availability of funds within the 2011 Fiscal Year. Quotes shall be valid thru September 30, 2011. Respondents are requested to provide a quote for the initial item (Item #1) and encouraged to provide quotes for the additional items for the possibility of extending any awarded contract based on Item #1. Respondents may provide quotes for as many of the additional items as reasonably possible. If the additional items beyond Item #1 have an increase in price the Respondent must provide an explanation for the bases of each increase. Item #1 Time-Resolved Fluorescence System General Specifications • The components must be newly manufactured units, not used and refurbished or previously used for demonstration. • The system shall include an internal or external computer for system operations and data analysis. • The systems must be covered by warranty (parts and labor) for 12 months from the date of installation. If all components are not covered for 12 months, the vendor shall state which components and the amount of time in which they are covered by warranty. • The systems shall be delivered with all necessary supplies and accessories required for installation and start-up. • Onsite installation and system familiarization at the place of performance shall be included. The vendor shall be onsite for a minimum of 16 hours to ensure proper functionality and operation of the system. • Vendor may be required at the request of the end user to demonstrate capabilities of the system prior to awarding of the bid to insure it meets our requirements. Instrument specifications: • The system shall allow the usage of cuvettes for sample introduction, as well as an apparatus to acquire data on small amounts of solid samples. • The system shall include a magnetic stirrer within the cuvette holder. • The system shall include a pulsed LED source, which operates at approximately 290nm. The vendor shall provide the following information on the LED source offered: o Pulse rate o Repetition rate o Center wavelength and variability • The system shall include a laser diode head and associated driver. The vendor shall provide the following information on the laser diode head offered: o Wavelength o Pulse width at low power (narrow pulse) o Pulse width at high power (wide pulse) o Repetition rate o Ability to process external trigger inputs • The system shall include an emission polarizer with a range of approximately 220-1500nm. • The system shall include a motorized monochromator. The vendor shall provide specification on the following: o Focal length and aperture o Stray light rejection o Gratings o Step size (min) o Resolution o Wavelength accuracy o Wavelength repeatabilty • The system shall include a photomultiplier tube (PMT) or equivalent for detection purposes. The PMT should include all subcomponents required for operation (preamplifier, shutter, power supply, etc). The PMT should operate from at least 190nm to 800nm. The vendor shall provide information on the PMT noise as a function of dark counts, cooled and uncooled. • The system shall include a Time-Correlated Single Photon Counting (TCSPC) system or equivalent. The vendor shall include information related to their approach to single photon counting, as well as the following specification: o Time resolution o Count depth o Dead time o Lifetime resolution o Time channels per curve o Collection time Software specifications: • Vendor shall include data analysis software with one license for operation. • The software shall allow for the generation of fluorescence decay and anisotropy measurements. • The software shall have the ability to fit the fluorescence decay data to exponential decay models up the 4th order or to lifetime distribution models such as Gaussian, Lorentzian, and stretched exponential. • The software shall allow for the following anisotropy modeling parameters: o G-factor o Amplitude o Background o Time shift between polarized decays • The software shall perform goodness of fit assessments, error analysis, and batch fitting. • The software shall include the following algorithms: o Nonlinear fitting (Marquardt-Levenberg, Monte Carlo) o Error test/assessment (distribution and autocorrelation of weighted results) o Error analysis (Asymptotic standards errors, support plane analysis) Quantity: One Unit Price: _____________________ Extended Price: _________________ Make:__________________________ Model:_________________________ Part Number:____________________ GSA Contract Number (if applicable): ________________________ Item #2 Time-Resolved Fluorescence System Support Plan Base Performance Period: One-Year To begin upon expiration of original warranty and continue for a period of one-year Quantity: One Price: _____________________ Explanation for any price increase: __________________________________________ _________________________________________________________________________ Item #3 Time-Resolved Fluorescence System Support Plan Option #1 - Performance Period: One-Year To begin upon expiration of Base Performance indicated above Quantity: One Price: _____________________ Explanation for any price increase: __________________________________________ _________________________________________________________________________ Item #4 Time-Resolved Fluorescence System Support Plan Option #2 - Performance Period: One-Year To begin upon expiration of Option #1 Performance indicated above Quantity: One Price: _____________________ Explanation for any price increase: __________________________________________ _________________________________________________________________________ Item #5 Time-Resolved Fluorescence System Support Plan Option #3 - Performance Period: One-Year To begin upon expiration of Option #2 Performance indicated above Quantity: One Price: _____________________ Explanation for any price increase: __________________________________________ _________________________________________________________________________ Item #6 Time-Resolved Fluorescence System Support Plan Option #4 - Performance Period: One-Year To begin upon expiration of Option #3 Performance indicated above Quantity: One Price: _____________________ Explanation for any price increase: __________________________________________ _________________________________________________________________________ Item #7 Time-Resolved Fluorescence System Support Plan Option #5 - Performance Period: One-Year To begin upon expiration of Option #4 Performance indicated above Quantity: One Price: _____________________ Explanation for any price increase: __________________________________________ _________________________________________________________________________ FOB Destination - U.S. Food and Drug Administration, Office of Regulatory Affairs, Arkansas Regional Laboratory, 3900 NCTR Rd., Jefferson, AR 72079. 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/1090095/listing.html)
 
Place of Performance
Address: U.S. Food and Drug Administration, Office of Regulatory Affairs, Arkansas Regional Laboratory, 3900 NCTR Rd., Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN02495508-W 20110714/110712234348-6b22aa1faaa885189ed08b3db834442e (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.