SOLICITATION NOTICE
66 -- Portable Near Infrared Spectrometer
- Notice Date
- 9/1/2011
- 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, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- 1089341
- Archive Date
- 9/23/2011
- Point of Contact
- Howard Nesmith, Phone: 870-543-7459
- E-Mail Address
-
howard.nesmith@fda.hhs.gov
(howard.nesmith@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 government intends to issue a Purchase Order in accordance with FAR PART 13.106 for the attached requirement under Simplified Acquisition Procedures. The solicitation number is 1089341. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53, August 4, 2011. The associated North American Industry Classification System (NAICS) Code is- 334516 - Analytical Laboratory Instrument Manufacturing; Small Business Size Standards is 500 in number of employees. This combined synopsis/solicitation is set-aside for Small Business. Respondents are responsible for delivery in person, by e-mail, 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 September 8, 2011 to howard.nesmith@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, OC/OSS/OAGS, Attention of Howard Nesmith, 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 Howard Nesmith by e-Mail at howard.nesmith@fda.hhs.gov, Phone (870) 543-7459, or FAX (870) 543-7990. The Food and Drug Administration is soliciting quotes for Portable Near Infrared Spectrometer. Any award(s) resulting from this solicitation is contingent on the availability of funds within the 2011 Fiscal Year. Quotes shall be valid thru September 30, 2011. Item #1 Portable Near Infrared Spectrometer Performance Specifications - The instrument must cover the wavelength range of from less than or equal to 350 nanometers to greater than or equal to 2500 nanometers. - The instrument must be able to cover the entire range in no more than 100 milliseconds. - The instrument must have wavelength resolution less than 3 nanometers at 700 nanometers, and 10 nanometers at 1400/2100 nanometers. - The instrument must include a TE cooled and temperature stabilized InGaAs detector which is cooled to -40°C. - The instrument must have an operating range of 10-40°C. - The instrument must be portable, be battery operated with rechargeable battery. - The instrument must be rugged, and have a protective shield surrounding the spectrometer and include a carrying case. - The instrument must also have a wheeled carrier. - Instrument must include industry standard SMA 905 fiber optic connectors with probes and sampling accessories amenable to a wide variety of sampling media. - Instrument software must allow the user to control the instrument through access to the dynamic link libraries (DLLs) that are part of the vendor's instrument control software. - The instrument should include a developer's toolkit with documentation describing the DLLs and their use. - The developer's kit must be compatible with LabView Systems and C languages. - Instrument includes a computer for instrument control, providing a Windows operating environment, and loaded with instrument control software. - The instrument must be compatible and have interfacing capabilities for use with the GRAMS suite and Unscrambler programs to build custom chemometric and library based methods. - The instrument must have a library classifier program included. - The instrument must contain complete manuals describing the instrument, the software and their use. - The instrument must have one year warranty including parts and labor. - The instrument vendor must provide technical support for one year. - The quote must include shipping costs. Quantity: One Unit Price: _____________________ Extended Price: _________________ Make:__________________________ Model:_________________________ Part Number:____________________ GSA Contract Number (if applicable): ________________________ FOB Destination - U.S. Food and Drug Administration, Center for Drug Evaluation and Research, 1114 Market St., St. Louis, MO 63101. 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 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 the purchase order to the lowest price technically acceptable quote. Technical acceptability 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 certification 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: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.232-33. 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 System (DPAS) and assigned rating are not applicable to this solicitation notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1089341/listing.html)
- Place of Performance
- Address: U.S. Food and Drug Administration, Center for Drug Evaluation and Research, 1114 Market St., St. Louis, Missouri, 63101, United States
- Zip Code: 63101
- Zip Code: 63101
- Record
- SN02560457-W 20110903/110902103921-a1154f3cbaba3821a12b07ce5089db8f (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 |