SOLICITATION NOTICE
66 -- High Performance Ultrasonicator
- Notice Date
- 8/5/2011
- 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 Acquisitions and Grants Services, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- FDA-1089120
- Archive Date
- 8/27/2011
- Point of Contact
- Karen J. Moore, Phone: (870) 543-7479
- E-Mail Address
-
karen.moore@fda.hhs.gov
(karen.moore@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Notice Type: Combined Synopsis/Solicitation Set Aside: Total Small Business Synopsis: This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 1089120. This solicitation is issued as a Request for Quote (RFQ) and is set aside for small businesses. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53, 5 July 2011. The associated North American Industry Classification System (NAICS) Code is - 334516 - Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 in number of employees. Respondents are responsible for delivery in person, by email, fax, mail or other delivery method their complete proposal and any additional documents before 9:00 am (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on 12 August 2011 to Karen.moore@fda.hhs.gov Fax (870) 543-7990, or mail to the U.S. Food and Drug Administration, OC/OSS/OAGS, Attention Karen Moore, 3900 NCTR Road, Jefferson, AR 72079-9502. PLEASE NOTE: The above contact information is for the Contracting Office and not necessarily the delivery address. The delivery address is indicated in the FOB Destination section below. When appropriate, Respondents should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time. For information regarding this solicitation, please contact Karen J. Moore by email at Karen.moore@fda.hhs.gov The Food and Drug Administration is soliciting quotes for a High Performance Ultrasonicater; The requirements are: A. Technical Requirements • High Performance focused ultra-sonicator o Must use Adaptive Focused Acoustic (AFA) technology for producing a controlled acoustic field inside a closed vessel using a dish shaped 500MHz transducer to converge high frequency ultrasonic energy to a small localized area. o Sample input flexibility: system should be easily configured for various tubes and vials for single sample processing. o Should be able to be integrated into larger automatic systems for high throughput applications. o Process time for tissue homogenization should be 15-120 seconds per sample. o Computer controllable time and acoustic energy transfer. o Maintain sample integrity during processing using an isothermal apparatus/recirculating chilling system to control temperature. o Real-time monitored temperature to ensure sample-to-sample reproducibility. o Should be a non-contact proces,s producing a controlled focused acoustic field inside a single-use closed tube to prevent aerosol risk or sample cross contamination. o Should utilize a focus field allowing for faster, continuous sample treatment, whereas with unfocused devices, longer treatment times result in introduction of significant heat into the system and are unable to be operated isothermally. o System frequency must be within the ultrasonic range (wavelengths on average less than 1mm in length) and outside the human audible range to allow for it to be used in a general laboratory bench without extra expenses for ear protection. o System should not exceed the size of 8" wide x 13" high, and 21" deep due to space limitations. • CryoPrep Pulverizing Apparatus o Should be able to pulverize hard tissues (i.e. muscle, bone, skin, etc.) into extremely fine particles. o Should use a closed, single-use vessel to prevent aerosol risk or cross contamination. o Must have a rapid impact force of up to 20 Joules in 400 milliseconds. o Must be capable of breaking tissue pieces into "nanometer" scale fractures to release nucleic acids. o Samples should be maintained in a thermally stable cold environment throughout processing to keep DNA and RNA molecules stable. o Standardized and automated process to eliminate variation. o System should not exceed the size of 23cm wide x 27cm high, and 43cm deep due to space limitations. B. Deliverables Instrument w/laptop running software Recirculating chiller Tube Holder for Glass tubes Glass tubes and Caps CryoPrep Instrument Accessory Kit for CryoPrep Adapters for 12x24mm tubes CryoPrep insert for threaded adapter Tissue-tubes Extra Thick Plugs for Tissue-Tube for transfer and storage Delivery to site within 2-4 weeks from receipt of Purchase order Installation and on-site training 1 year warranty Unit Price:_______________________ Extended Price:___________________ Make:___________________________ Model:__________________________ Part Number:_____________________ GSA Contract Number (if applicable):_________________________________ FOB Destination - Food and Drug Administration, NIH Campus Bldg 29A, 8800 Rockville Pike, Bethesda, MD, 20892 Contract Type - Commercial Item - Firm Fixed Price - Simplified procurement procedures will be utilized. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. CCR REQUIREMENT - Company must be registered on the Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the items offered to meet the Government's requirement. (ii) Price The government will award an order to the lowest price technically acceptable quote. Technical acceptable will be determined by review of information submitted by the quoter which must provide a description in sufficient detail to show that the product/service quoted meets the Government's requirement. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-2, 52.222-19, 52.222-21, 52.222-36, 52.225-3, 52.225-13, and 52.223-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov A standard commercial warranty on parts and workmanship is required. The Defense Priorities and Allocations Systems (DPAS) and assigned rating are not applicable to this solicitation notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA-1089120/listing.html)
- Place of Performance
- Address: 8800 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02524370-W 20110807/110805235625-c4a7744ad595fb4c9ae83f2d6eb5ebc6 (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 |