SOURCES SOUGHT
66 -- LSRFortessa System and Maintenance Agreement for 5 Option Years
- Notice Date
- 3/28/2011
- 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-RFI-1085588
- Archive Date
- 4/1/2011
- Point of Contact
- Linda Troutman, Phone: 3018277168
- E-Mail Address
-
linda.troutman@fda.hhs.gov
(linda.troutman@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Document Type: RFI#1085588 Release Date: March 28, 2011 Response Date: March 31, 2011 at 4:30 pm local time via email to Linda.Troutman@fda.hhs.gov Contracting Office Address: Food and Drug Administration, Linda Troutman, Contract Specialist Description of Services/Supplies: LSRFortessa System and Maintenance Agreement for 5 Option Years This is a Request for Information (RFI) to identify the capabilities of the marketplace of all interested parties. This request is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Food and Drug Administration (FDA) for any future solicitation. No official solicitation exists; therefore, please do not request a copy of a solicitation. If in the future an official solicitation is released, there is no guarantee that sources responding to this will be included on the source list. Telephone inquiries will not be accepted. The FDA makes no implied or in fact contract by issuing this RFI. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the FDA's view of the information received. Do not send any material that requires a non-disclosure agreement or that may be business sensitive. Responses received that include a non-disclosure agreement or identify information that is business sensitive will not be accepted. Responses to this notice will not be returned. According to FAR Part 10, Market Research, the results of the market research will be used to: i) Determine if sources capable of satisfying the agency's requirements exist; (ii) Determine if commercial items or, to the extent commercial items suitable to meet the agency's needs are not available, non-developmental items are available that- (A) Meet the agency's requirements; (B) Could be modified to meet the agency's requirements; or (C) Could meet the agency's requirements if those requirements were modified to a reasonable extent; (iii) Determine the extent to which commercial items or non-developmental items could be incorporated at the component level; (iv) Determine the practices of firms engaged in producing, distributing, and supporting commercial items, such as type of contract, terms for warranties, buyer financing, maintenance and packaging, and marking; (v) Ensure maximum practicable use of recovered materials and promote energy conservation and efficiency; and (vi) Determine whether bundling is necessary and justified. (vii) Assess the availability of electronic and information technology that meets all or part of the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR Part 1194. The extent of market research will vary, depending on such factors as urgency, estimated dollar value, complexity, and past experience. The contracting officer may use market research conducted within 18 months before the award of any task or delivery order if the information is still current, accurate, and relevant. Market research involves obtaining information specific to the item being acquired and should include- (i) Whether the Government's needs can be met by- (A) Items of a type customarily available in the commercial marketplace; (B) Items of a type customarily available in the commercial marketplace with modifications; or (C) Items used exclusively for governmental purposes; (ii) Customary practices regarding customizing, modifying or tailoring of items to meet customer needs and associated costs; (iii) Customary practices, including warranty, buyer financing, discounts, contract type considering the nature and risk associated with the requirement, etc., under which commercial sales of the products or services are made; (iv) The requirements of any laws and regulations unique to the item being acquired; (v) The availability of items that contain recovered materials and items that are energy efficient; (vi) The distribution and support capabilities of potential suppliers, including alternative arrangements and cost estimates; and (vii) Size and status of potential sources. Mission and Objectives: FDA anticipates the need for LSRFortessa System and Maintenance Agreement for 5 Option years. This equipment is needed to continue with the FDA's current research practices to support the production of influenza vaccine research and development. RFI Instructions: Please complete Part A, Specification Questionnaire, describing your company's capabilities; Part B, Size of Business and Part C, Estimated Dollar Value Range. Responses shall be:  identified with the RFI number ;  no more than ten (10) pages in length;  not submit marketing materials;  submitted to the email as indicated above. FDA makes no implied or in fact contract by issuing this RFI. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the FDA's view of the information received. Part A. Technical Capability Specification Questionnaire: Is your company capable of providing LSRFORTESSA 6B/4R/6V/2UV/4 LASER? Does this system have 18 fluorescence detectors and can be upgraded to 20? Does this system have four solid state, spatially separated lasers with automatic time delay calculation? Does this system have HTS system with 96 - well plate loader? Does this system detect less than 50 MESF particles on PE channel? Does this system include a one year warranty with installation? Does this system incorporate all digital electronics to provide cell acquisition? Does this system have automatic start-up, operation and shut-down capability including automatic daily and monthly clean cycles? Does this instrument allow for an extended warranty for 5 years total? If not, what is your customary practice for a warranty for this type of instrument? Part B. Size of Business State whether your company is a large business, small business (and also state your socioeconomic status in accordance with FAR Part 19), College/University, or a non-profit organization. Part C. Estimated Dollar Value Range Based on the government's mission, objectives, and scope of work, what dollar value range would you determine to be the most accurate rough estimate. Under $150,000.00 Over $150,000.00 and Under $500,000.00
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-RFI-1085588/listing.html)
- Place of Performance
- Address: Food and Drug Administration, 8800 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02410942-W 20110330/110328234501-6930319d474b1df63c9fc06e43495ab5 (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 |