SOURCES SOUGHT
66 -- Thermogravimetric Analyzer
- Notice Date
- 5/7/2010
- 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
- JS1072756
- Archive Date
- 5/29/2010
- Point of Contact
- Jaclyn Stielper, Phone: 301-827-7153, Kimbalynn Dieng, Fax: 301-827-7151
- E-Mail Address
-
jaclyn.stielper@fda.hhs.gov, Kimbalynn.Dieng@fda.hhs.gov
(jaclyn.stielper@fda.hhs.gov, Kimbalynn.Dieng@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Document Type: Sources Sought Notice Solicitation Number: JS1072756 Posted Date: 05/07/2010 Original Response Date: 05/14/2010 Current Response Date: 05/14/2010 Original Archive Date: 15 days after posting Current Archive Date: 15 days after posting Classification Code: 66 Set Aside: Small Business NAICS Code: 334516 Contracting Office Address Department of Health and Human Services Food and Drug Administration Office of Acquisitions and Grants Services Attn: Jaclyn Stielper 5630 Fishers Lane Rockville, MD 20857 Description This is a SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) to provide a Q-5000 IR-Thermogravimetric Analyzer (TGA). This requirement is needed to upgrade the current TGA. Contractor will be required to provide the HIV-1 P24 Kits that have the following salient characteristics: 1. Temperature Range: The TGA instrument should allow for a measurable temperature range of ambient to 1200°C. 2. Heating Rate Range: As this instrument will be used for kinetics analyses, a wide range of achievable heating rates is critical. The instrument should be able to control heating rates between 0.1 and 500 °C/min with noise levels over 10°C no greater than ±0.01°C/min (unsmoothed). 3. Balance Sensitivity: The TGA balance should have a sensitivity of at least 0.1 g and a baseline drift of < 10 g over the temperature range ambient → 1000°C (uncorrected) in either air or N2 atmosphere. The TGA isothermal baseline drift should not be more than 5 g over 18 hours. 4. Cooling Time: Since the machine will be used extensively, it is important that the furnace cooling time be less than 10 minutes from 1000oC to 50oC. 5. Purge Gas Control: The TGA should include digital mass flow controllers for at least two separate purge gases, such that the purge gas can be automatically switched via software during the experiment. The purge gases must flow horizontally to minimize buoyancy effects. The flow rate must also be adjustable via software during an experiment and the data logged into the resulting data file. 6. Robotic Auto-sampler/Pan Punching: Because this instrument will be used extensively, and often on a 24 hour basis, it must come equipped with a robotic auto-sampler containing at least 20 sample positions with ability to use pans up to 250L pan volume. The instrument must also be capable of performing a unique experiment on each sample within one loaded sample tray. The auto-sampler must also include a contamination free pan punching mechanism, by which samples can be kept sealed in a hermetic environment, and punched open just prior to loading. Ideally, this pan punching will produce a large breach in the pan, rather than a pin-hole, as our materials rely on efficient sample/gas interaction. The system must also have the capability of rejecting any pan that is not pierced. This is to prevent a sealed pan being loaded into the TGA furnace 7. Variable Rate Control: The TGA instrument should include some form of automatic variable rate control to improve resolution. Ideally, the heating rate will be continuously adjusted as a function of sample mass loss rate, as opposed to a "stepwise isothermal" approach. 8. High Resolution TGA: The instrument must be capable of automatically and continuously change heating rate as a function of sample weight change. This feature adjusts the temperature increase to lower heating rate as weight loss increases allowing for accurate identification of the exact temperature at which a peak occurs. 9. Temperature Modulated TGA: The instrument must be capable of performing Temperature Modulated TGA experiments over the entire temperature operating range using a regular, periodic function of known amplitude and frequency to ensure steady state control during the experiment, as well as experimental reproducibility. 10. Software: As this TGA will be used by numerous researchers, the analysis program should be un-keyed, and should include a site license such that it may be installed (if-needed) on an unlimited number of computers within the FDA. The data analysis program should also include a.pdf generator, for the efficient export of analyzed plots. The TGA must also include operating software which allows for the instrument to be fully calibrated and verified automatically, without the need for operator presence. Calibrations must include weight and temperature (Curie point). Scheduling capabilities must be present, such that these calibrations and/or verifications can be programmed to perform during normal quiescent periods, such as overnight or on weekends. In addition, the instrument software must be capable of performing a series of auto-diagnostic tests, either manually or through the scheduling component. These tests should verify the performance of various instrument components such as auto-sampler motors, electronic boards, mass flow controllers, etc. The results of these tests should be logged and the log file accessible to the operator. The instrument should allow for automatic, unattended calibration of both temperature (curie-point standards) and mass. These calibrations should be programmable and schedulable from within the operating software. Contractors must satisfy the following requirements. Provide a detailed description of your company's (including its teammates, if applicable) experience and demonstrated abilities to deliver the type of kit described above. A firm fixed price contract is anticipated. This is a new requirement. The NAICS Code is 334516, with a small business size standard of 500 employees. Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to provide the specific instrument(s) as required. Responses must directly demonstrate the company's ability to effectively provide the instrument(s) described above. Responses to this notice shall be limited to 10 pages, and must include: 1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for NAICS 334516 (500 employees) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. 5. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6. If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to indicate the firm's status (see item #3, above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this notice must be received by the Contract Specialist named below not later than 3:00 PM Eastern time on Friday, May 14, 2010 for consideration. The acceptable method of transmitting responses is via email. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and FDA may contact one or more respondents for clarifications and to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. POINTS OF CONTACT Jaclyn Stielper FDA Contract Specialist Jaclyn.Stielper@FDA.HHS.GOV PLACE OF PERFORMANCE Instrument(s) will be delivered to Silver Spring, MD.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/JS1072756/listing.html)
- Place of Performance
- Address: 10903 New Hampshire Ave., Silver Spring, Maryland, 20993, United States
- Zip Code: 20993
- Zip Code: 20993
- Record
- SN02143807-W 20100509/100507234815-767f431ebb2c0c70d3a536742b43e538 (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 |