SOLICITATION NOTICE
66 -- RSA III DYNAMIC MECHANICAL ANALYZER
- Notice Date
- 6/13/2008
- 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 Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
- ZIP Code
- 72079-9502
- Solicitation Number
- FDA-SOL-08-006211
- Archive Date
- 7/9/2008
- Point of Contact
- Thomas M Dumas,, Phone: 404-253-1253, Sandra K. Davis,, Phone: (870) 543-7469
- E-Mail Address
-
thomas.dumas@fda.hhs.gov, sandra.davis@fda.hhs.gov
- Small Business Set-Aside
- N/A
- Description
- 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. This is a Request for Quotations (RFQ); a written solicitation will not be issued. The Food and Drug Administration has a requirement for the equipment listed below. The solicitation number is FDA-SOL-08-006211. Quotations are due (7) days from the publication date of this synopsis or June 24, 2008, by 2:00 p.m. Eastern Standard Time, local prevailing time in Atlanta, GA; at Food and Drug Administration, OC/OSS/OFFAS, Attention: Thomas Dumas, 60th Street, NE, Atlanta GA 30309. The North American Industry Classification System (NAICS) code is 334516 and the size standard is 17.0 Million. The award will be made on the basis of full and open competition from among all responsible business concerns submitting offers. (i) The requirement consists of the following: • RSA III (TA No. 485000.901) Dynamic Mechanical Analyzer. A versatile research-grade DMA designed for analysis of solid materials based on Separate Motor and Transducer (SMT) technology. Maximum Force to be at least 30N force; the instrument should be able to deform samples at least 1200 micrometers when in dynamic test mode; have fast controlled heating and cooling rate (at least 30 degree C/min); have an immersion chamber as we perform many test in solution or a wet environment; the immersion chamber should have temperature control especially below freezing temperature; be able to perform transient creep and stress relaxation tests; be equipped with appropriate computer system for control and analysis software. • FCO Liquid Nitrogen Controller Option (TA No 700.03382.6) • RSA III Immersion Fixture and Installation Kit (TA No 700.03649) • RSA III Compression Fixture (TA No. 708.01464) • RSA III Shear Sandwich Fixture (TA No. 708.01461) • RSA III Clamped Bending Fixture (TA No. 708.01446) • Air Dryer Membrane Type (TA No. 700.02657.2) • RSA III DMA Controller (TA No. 924500.901) • Color Monitor Flat Panel 19” (TA No. 924119.901) • Installation and Training Contract Type: Commercial-Item Firm Fixed Price. FOB Point of Delivery for equipment and supplies provided will be Food and Drug Administration, 10903 New Hampshire Ave., Silver Spring, MD 20993. The technical quotations will receive paramount consideration over cost and past performance; however, cost will be evaluated for price reasonableness. The Government may make its decision on the basis of initial quotations received and not have discussions. Therefore, each initial quotation should contain the offeror’s best terms from both a price and technical standpoint. Offerors shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offerors equipment. The Government is not responsible for locating or securing any information, which is not identified in the proposal. Offerors must include a complete copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items with its offer. Applicability of FAR Provisions: the following Federal Acquisition Regulation (FAR) provisions and clauses apply to this request for quotes and are incorporated by references: 52.203-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.225-3, 52.225-13, and 52.232-33. CCR Requirement – Offeror’s must be registered in the Central Contractor Registration (CCR) before an award can be made. If offeror’s are not registered in CCR, they may do so by accessing the CCR web site at: http://www.ccr.gov. A standard commercial warranty on parts and workmanship is required. The Defense Priorities and Allocation System (DPAS) and assigned are not applicable to this solicitation notice.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=495fe7a1e3ce0ea64c3f1599d0a4962e&tab=core&_cview=1)
- Place of Performance
- Address: 10903 New Hampshire, Silver Springs, Maryland, 20993, United States
- Zip Code: 20993
- Zip Code: 20993
- Record
- SN01593619-W 20080615/080613220808-495fe7a1e3ce0ea64c3f1599d0a4962e (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 |