Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
SOLICITATION NOTICE

66 -- Portable EDXRF System

Notice Date
8/10/2011
 
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, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
11-223-SOL-00228
 
Archive Date
9/1/2011
 
Point of Contact
Regina R. Williams, Phone: (870) 543-7012
 
E-Mail Address
regina.williams@fda.hhs.gov
(regina.williams@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Food and Drug Administration intends to award a Purchase Order for the supplies listed below. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR Part 13.106. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 solicitation number is 11-223-SOL-00228. This is a 100% small business set-aside. 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, August 4, 2011. The associated North American Industry Classification System (NAICS) Code is 334516 - Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. Statement of Work The Food and Drug Administration/Center for Drug Evaluation and Research (CDER) has a requirement for a mobile analyzer that FDA inspectors can screen for metal contaminants in various drug products at the site of collection. CDER has developed software for analysis of an XRF spectra. The software achieves high sensitivity for detection of metals in various bulk drug products. The CDER program is stand alone software that can be run on any computer running Windows XP. The software is used only for data calculation and not for data security. It may be possible to run the software on an external computer after transfer the data files. Technical Specifications 1. 50kV, lOW X-ray tube for elemental analysis without use of radioactive materials. 2. Silicon Drift Detector technology with better than 160eV resolution. 3. On-board safety measures in order to prevent inadvertent exposure to x-rays. 4. Allow access to raw data tiles for FDA to implement their own data processing schemes. 5. User must be able to select x-ray voltage (to 50leV) and current to easily optimize for specialized applications. 6. Computer must be able to run Microsoft Office (word and excel) and have USB port to transfer reports and data files. 7. System must have highly resolved and focused target x-ray beam pattern. As part of performance criteria include specification for the x-ray beam. 8. Minimum performance criteria: Pb LOD<3ppm for a 2 minute scan 9. As part of performance criteria, state the Limit of Detection (LOD for Pb, Dc, Hg, As and Se. 10. 6-position beam filters to optimize performance across periodic table. 11. Must have auxiliary or on board algorithms for calculating quantitative values by means of external calibration, other correction algorithms, e.g. matching scattering characteristics of different samples, analysis modes to including Fundamental Parameters, Compton Normalization, Empirical calibration models, spectral matching 12. Built in software must be able to automatically identify K / L and cx / B in the sample spectra by clicking on the peak or by selecting the element on the periodic table. 13. Software must be able to display sample spectra in real tome while the instrument is scanning and collecting data. 14. Software must be able to display element(s) detected and estimated value(s) (in ppm) in real time while the instrument is scanning and collecting data. 15. Built in software must include analytical algorithms for bulk sample and alloy. 16. Built in software must provide ability to export data files and reports. 17. Built in software must allow custom design repot layout and print reports. 18. Built in software must allow means of transmitting sample results and spectra to distant experts for data evaluation and treatment. 19. Include the following software: Microsoft Office 97, Print key Pro. 20. Integrated PC with Window XP platform. 21. Ease of use of software by operator required. 22. Three (3) hour operation period is required for the batteries if a power source is not available. 23. Instrument manuals for operation and maintenance required. 24. Two (2) year warranty including software upgrade required. 25. Three (3) day on-site training must include safety and instrument operations (Method set up, operation, data acquisition, data analysis, custom design report and report printing). 26. Integrated test stand with interlocked testing cover 27. Must include battery. Quotes must include prices for product inclusive of shipping charges. Optional Items: Three (3) one year options for service maintenance agreements. Item #2: Option Yr 1 - Service/Maintenance Agreement after initial warranty. Item #3: Option Yr 2 - Service/Maintenance Agreement after expiration of option year 1. Item #4: Option Yr 3 - Service/Maintenance Agreement after expiration of option year 2. Contract type: Commercial Item-Firm Fixed Price. Simplified acquisition procedures will be utilized. Delivery Address: Food and Drug Administration Detroit District Laboratory 300 River Place Suite 5900 Detroit, Michigan 48207 Period of Performance Delivery shall be 60 days or less after receipt of award. Invoice Submission Invoices shall be submitted in accordance with the following clauses that are incorporated into this contract: 52.232-25, Prompt Payment (OCT 2003), and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). The contractor shall submit one (1) original copy of each invoice to the address or email address specified below: Food and Drug Administration Office of Acquisitions and Grants Services Attn: Regina Williams 3900 NCTR Road, HFT-320 Jefferson, Arkansas 72079 Regina.Williams@fda.hhs.gov To constitute a proper invoice, the invoice must be submitted on company letterhead and include each of the following: 1. Name and address of the Contractor 2. Invoice date and invoice number 3. Purchase order number 4. Description, Quantity, Unit of Measure, Unit Price, and Extended Price of supplies delivered 5. Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading 6. Terms of any discount for prompt payment offered 7. Name and address of official to whom payment is to be sent (Must be the same as that in the purchase order or in a proper notice of assignment) 8. Name, title, and phone number of person to notify in event of defective invoice 9. Taxpayer identification number 10. Electronic Funds Transfer (EFT) banking information 11. Name and telephone number of the FDA COR referenced on the purchase order 12. Any other information or documentation required by the purchase order Questions relating to when payment will be received should be directed to the FDA payment office at 870-543-7446. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. 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 small business 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: a. Technical capability of the supplies/services offered to meet the Government's minimum requirement to include the depth of warranty and maintenance. b. Price. In determining the best value to the Government, technical capability is more important than price, though price remains a significant factor and must be reasonable and affordable. Technical capability will be determined by review of information submitted by the small business offeror which must provide a description in sufficient detail to show that the product offered meets or exceeds the government's requirement/specifications and that warranty terms and annual maintenance plans provide extensive support and depth of coverage. The Government will evaluate the technical capability factor as to whether the offer meets or exceeds the minimum specifications. The government reserves the right to make an award without discussions. 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. The offer 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 Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. 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: 52.204-10; 52.209-6; 52.219-6; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.223-18, 52.225-3 alt I; 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.acquisition.gov. The following additional provisions and/or clauses apply: 52.204-7. 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. 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 1 day of contract expiration. 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 1 day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 4 years. 52.232-18 Availability of Funds (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The following HHSAR clauses apply and can be obtained at the following website: http://farsite.hill.af.mil/vfhhsara.htm. 352.202-1 Definitions (Jan 2006) 352.203-70 Anti-lobbying (Jan 2006) 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (Oct 2009) 352.223-70 Safety and Health (Jan 2006) 352.242-71 Tobacco-Free Facilities (Jan 2006) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. It is the offeror's responsibility to monitor the FedBizOpps website for any released amendments to the solicitation. Offerors that fail to furnish required representations, or reject the terms and conditions of the solicitation, may be excluded from consideration. Question Deadline: All questions shall be submitted via email (regina.williams@fda.hhs.gov) on or before August 12, 2011 by 12:00 pm (Central Standard Time). RFQ Due Date: Offers are due in person, by postal mail, or via email on or before August 17, 2011 by 12:00 p.m. (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas), at the Food and Drug Administration/OAGS, Attn: Regina Williams, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. The offer must reference solicitation number 11-223-SOL-00228. Quotes should be valid until September 30, 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/11-223-SOL-00228/listing.html)
 
Place of Performance
Address: Food and Drud Administration, Detroit District Laboratory, 300 River Place Suite 5900, Detroit, Michigan, 48207, United States
Zip Code: 48207
 
Record
SN02529373-W 20110812/110810235953-325f6aeb663d3c2714a6272fa2fe4f5c (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.