Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2010 FBO #3108
SOURCES SOUGHT

66 -- Ultramicrotome

Notice Date
5/27/2010
 
Notice Type
Sources Sought
 
NAICS
333314 — Optical Instrument and Lens 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
JSSS1073076
 
Archive Date
6/18/2010
 
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
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 an ultramicrotome instrument. The requested ultramicrotome is a sectioning instrument that allows for the cutting of extremely thin slices of biological samples such as tissues, cells, bacteria, etc. The thickness of the sections provided by such device can range from nanometers to micrometers. Therefore the ultramicrotome is suitable for preparation of specimens for both optical and electron microscopy. Contractor will be required to provide the ultramicrotome instrument that has the following salient characteristics (or equal to): • Built in anti-vibration system • Multi-LED-illumination for standard illumination, back light illumination, specimen transillumination and spot light illumination. • Cutting window adjustment from 0.2-15mm. Dual automatic advance system with stepping motor for 200μm specimen advance, stepping motor for 10mm knife N-S movement.100 - 260 VAC. • Knife block 360° rotatable, dual sided self locking precision drive with ±30° graduation, clearance angle drive with 1° scale from -2° to over 15°. Knife holder for 6-12mm glass and diamond knives. Dust Cover Segment arc with specimen transillumination, self locking precision drives with ±22° eucentric movement transferable stem for longitudinal and cross sectioning • 50 - 60Hz • Advanced-touch-sensitive-control unit. Cutting speed control from 0.05 to 100mm/sec in 35 steps. Advance control from 1nm to 100nm in steps of 1nm, from 100 to 2500nm in steps of 10nm and from 2500 to 15000nm in steps of 500nm. • Stereo microscope w.16x eyepieces. Stereo microscope complete with zoom objective (0.63-4.0x). Widefield eyepieces WF 16x with eyecups • Knurled head allen key 3 mm • Universal specimen holder (UT) • Flat specimen holder FT Brand Name or Equal to the Leica Ultracut EM UC7, 100-260 VAC, 50-60 Hz. 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 instrument described above. A firm fixed price 5 year contract will be awarded (the base year will award the instrument plus service agreement and each following option year (4 option years) will be awarded for a service contract only). The NAICS Code is 333314, 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 333314 (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 Thursday June 3, 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/JSSS1073076/listing.html)
 
Place of Performance
Address: 8800 Rockville Pike, Rockville, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02161859-W 20100529/100527234849-253d7df5bd99266e6e2de7a9d6b7129e (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.