Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
SOURCES SOUGHT

66 -- Sources Sought - Tritium Monitor

Notice Date
7/14/2015
 
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
FDA-15-223-SSN-1148681
 
Archive Date
8/5/2015
 
Point of Contact
Aimee Swann, Phone: 2404027607
 
E-Mail Address
aimee.swann@fda.hhs.gov
(aimee.swann@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. NO TELEPHONE CALLS WILL BE ACCEPTED REQUESTING AN RFQ PACKAGE OR SOLICITATION. THERE IS NO RFQ PACKAGE OR SOLICITATION. IN ORDER TO PROTECT THE PROCUREMENT INTEGRITY OF ANY FUTURE PROCUREMENT, IF ANY, THAT MAY ARISE FROM THIS ANNOUNCEMENT, INFORMATION REGARDING THE TECHNICAL POINT OF CONTACT WILL NOT BE GIVEN AND NO APPOINTMENTS FOR PRESENTATIONS WILL BE MADE. The U.S. Food and Drug Administration (FDA), Office of Acquisitions and Grants Services (OAGS) has issued this sources sought announcement on behalf of the Office of Regulatory Affairs (ORA) in order to determine if there are existing Small Business sources capable of providing Tritium monitors. If your firm is considered a small business source under North American Industry Classification System (NAICS) code is 334516 - Analytical Laboratory Instrument Manufacturing; with a Small Business Size Standard of 500 employees, and you believe that your firm would be able to provide the FDA with the products described below, please submit an email to Aimee.Swann@fda.hhs.gov. You must identify whether or not you are a Small Business and demonstrate how you can meet all of the minimum performance requirements. Background The Food and Drug Administration (FDA) conducts regulated product analysis and routine sample surveillance analysis for radioactive contaminants. Two digital Tritium monitors are required to ensure worker safety and that no worker exceeds 10% of the Nuclear Regulatory Commission's legal annual limit on radioactive material intake - one portable monitor for use in overflow operations and one wide-range monitor for high-sensitivity detection. Minimum Performance Requirements: Portable Digital Tritium monitor: • Portable • Operates on rechargeable 120 Volt AC power 50/6S0 Hertz • Six decade range (from 1µCi/m3) • Flow-through ion chamber • Solid state electrometer for low-drift operation • Automatic gamma background and radon subtraction • Positive displacement air pump • Front panel zero-offset pot Wide-range digital Tritium monitor: • Operates on 120V Volt AC power 50/60 Hertz • Sensitivity of 0.5 µCi/m3 • Six decade range • Flow-through ion chamber • Solid state electrometer for low-drift operation • Automatic gamma background and radon subtraction • Positive displacement air pump • Front panel zero-offset pot Responses to this sources sought shall demonstrate that the respondent is regularly engaged in the sale of same or substantially similar supplies. All interested parties may respond. At a minimum, responses shall include the following: • Business name and bio, DUNS number, business address, business website, business size and Small Business status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address. • Past Performance information for the manufacturer and/or sale of same or substantially similar supplies to include date of sale, description, dollar value, client name, client address, client contact name, client point of contact mailing address (if different from that provided for client), client point of contact phone number, client point of contact email address, and name of the manufacturer (to include DUNS number and size status) if not the respondent. • Descriptive literature, brochures, marketing material, etc. detailing the nature of the supplies the responding firm is regularly engaged in manufacturing and/or selling. • If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement are also requested. If a large business, provide if subcontracting opportunities exist for small business concerns. The Government is not responsible for locating or securing any information, not identified in the response. Confidentiality No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non‐proprietary technical information in any resultant solicitation(s). Interested Contractors must respond with capability statements via email to the Aimee.Swann@fda.hhs.gov on or before July 21, 2015 by 3:00pm EST. Disclaimer This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre‐solicitation synopsis and solicitation may be published in FedBizOpps. However, responses to this notice will not be considered adequate responses to a solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-15-223-SSN-1148681/listing.html)
 
Place of Performance
Address: 109 Holton Street, Winchester, Massachusetts, 08190, United States
Zip Code: 08190
 
Record
SN03796402-W 20150716/150714235609-5e024013184ce9e84f70ef30ff7d3f75 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.