Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 02, 2013 FBO #4177
SOURCES SOUGHT

J -- Maintenance Service for Two Applied Biosystems 7500 Fast Real-Time Polymerase Chain Reaction 96 Well Systems

Notice Date
4/30/2013
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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-SOL-1114433
 
Archive Date
5/23/2013
 
Point of Contact
Daniel Gregory Laidlaw Feldman, Phone: 301-827-0359
 
E-Mail Address
daniel.g.feldman@fda.hhs.gov
(daniel.g.feldman@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
NOTE: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition (811219, Other Electronic and Precision Equipment Repair and Maintenance, Size Standard: $19 million). Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). BACKGROUND U.S. Food and Drug Administration's (FDA) Center for Food Safety and Applied Nutrition (CFSAN), Division of Seafood and Science and Technology (DSST) has a need for rapid detection and characterization of food-borne pathogens. CFSAN scientists use Applied Biosystems 7500 Fast Real-Time Polymerase Chain Reaction 96 Well systems (7500 Real-Time PCR systems) to develop and validate methods for the detection and characterization of food-borne contaminates. To ensure integrity of the 7500 Real-Time PCR systems to allow the greatest possible confidence in results obtained from them, CFSAN requires preventive and corrective maintenance to the systems. This requirement concerns preventive and corrective maintenance to two 7500 Real-Time PCR systems. Systems Description: The two 7500 Real-Time PCR systems that need to have preventive and corrective maintenance performed on them were designed and manufactured by Applied Biosystems (AB). The systems provide high-throughput, quantitative gene expression results within 30 minutes of initiation of the analysis without compromising extension times or assay quality. In particular, the systems have the following specifications: • Custom designed Fast Block to ensure thermal uniformity at top speeds • Optical plates that allow for precise results in 10-30 ul reaction volumes • TaqMan Fast Universal PCR Master Mix to run multiple Fast assays on one plate • Format: 96-Well plate • Block Format: 96-Well (Fast) • Capacity: one by 96-Well Plate (Fast) • Sensitivity: one copy of human RNAse P gene • Throughput: four to five 96-Well plates per day • Precision: differentiate between 5,000 and 1000 template copies with 99.7% confidence • Dynamic range: nine logs of linear dynamic range • Calibrated dye: JOE, NED, Texas Red, ROX, VIC, FAM, Cy3, Cy5, TAMRA, and SYBR Green 1 • Reaction volume range: 5-30 µl • Reaction speed: Fast and Standard • Dimensions: 34 cm (13.39 in) (W) x 49 cm (19.29 in) (H) x 45 cm (17.72 in) (D) • Weight: 34 kg (75 Ibs) • Optics: five excitation and emission filters, a CCD Camera, and Tungsten-Halogen source • Platform: 7500 Fast system • Run time: Standard: less than two hours; Fast: 36 minutes • Ramp rate: Standard: 1.6°C/sec; Fast: 3.5°C/sec • Temperature range: 4 to 100°C • Temperature accuracy: ±0.25°C of display temperature • Passive reference dye: ROX (pre-mixed), ROX (separate tube), and other passive reference dye • Temperature uniformity: ±0.5°C • Thermal cycling system: Peltier-based The systems are located at CFSAN's DSST Gulf Coast Seafood Laboratory at 1 Iberville Drive, Dauphin Island, AL 36528. PURPOSE/OBJECTIVE The purpose of this requirement is to provide preventive maintenance, technical support, and troubleshooting assistance services for two 7500 Real-Time PCR systems. PROJECT REQUIREMENTS The Contractor shall perform the following tasks and provide the following deliverables. The FDA Contracting Officer's Technical Point of Contact (TPOC) will approve all tasks and deliverables. The Contractor shall perform the following preventive and corrective maintenance on-site at DSST's Gulf Coast Seafood Laboratory, unless otherwise indicated: • Comprehensive preventive maintenance services, including any necessary repairs, instrument cleaning, and spectral calibration. The Contractor shall perform spectral dye calibration during preventive maintenance service visits, which includes analysis of signal strength from standard pure dyes to adjust software for correct data output. The Contractor shall provide the FDA TPOC any applicable certification documentation and certificates of calibration within 30 days of completion of each preventive maintenance service visit. The Contractor shall perform preventive maintenance in accordance with the manufacturer's specifications described in the 7500 Real-Time PCR system's owners manual and work with the TPOC to schedule specific times to perform preventive maintenance. • Corrective maintenance services by delivering unlimited technical support and troubleshooting assistance throughout the period of performance of the order. The Contractor shall perform the technical support and troubleshooting assistance on-site, except the Contractor can provide this support off-site with the approval of the TPOC when off-site support is most practical and effective. The Contractor shall respond to the FDA's technical support and troubleshooting requests within 24 hours of the FDA's initial request to the Contactor for assistance. The Contractor may be permitted to respond initially to the FDA's inquiries for assistance by phone, email, or live-chat interface. The Contractor shall use AB approved monitoring software to provide remote monitoring and connectivity to the 7500 Real-Time PCR systems for end-users and the Contractor, which shall provide email notifications of instrument conditions and errors to both end-users and the Contractor. All preventive and corrective maintenance shall be performed by trained, skilled, and experienced AB certified and licensed service engineers following original equipment manufacturer (OEM) specifications, manuals, policies, procedures, and service bulletins, using OEM-certified tools and replacement parts, components, subassemblies, etc., where applicable. ANTICIPATED PERIOD OF PERFORMANCE The FDA anticipates a base period of one year with four one year options. For each option period, the Contractor shall perform the same tasks and produce the same deliverables as delineated in the base period. The FDA anticipates an award date on or around June 3, 2013. OTHER IMPORTANT CONSIDERATIONS Qualifications: The Contractor shall propose and provide AB certified and licensed service engineers with documented evidence that they have the knowledge, skills, and abilities to perform the above described preventive and corrective maintenance on the 7500 Real-Time PCR systems. Place and Time of Performance: The Contractor shall perform all on-site maintenance service at CFSAN's facilities located at 1 Iberville Drive, Dauphin Island, AL 36528, unless otherwise indicated by the FDA's TPOC. The Contractor shall perform all on-site maintenance service during the hours of 9:00 am to 5:00 pm CT, Monday through Friday, unless otherwise indicated by the TPOC. Pricing and Payment: This requirement is anticipated to be a firm-fixed-price order, inclusive of all costs, such as labor, materials, parts, and travel costs, with firm-fixed-price payment upon completion of the base and each option period, if the FDA decides to exercise the particular option. CAPABILITY STATEMENT/INFORMATION SOUGHT The FDA is requesting interested qualified small businesses to provide a capability statement showing their ability and willingness to complete this requirement electronically to Dan Feldman at daniel.g.feldman@fda.hhs.gov in a commonly used format, such as Microsoft Word or pdf. This capability statement shall be no more than five pages, excluding a cover page and table of contents, and shall include examples of successfully completing similar work, including a description of the similar work and client contact information. The FDA will be determining capability based on the ability to perform the tasks delineated above. Interested eligible small businesses shall also include company information to determine eligibility, including their contact information, DUNS number and size and business type (e.g. 8(a), HUBZone, etc.) based on the applicable NAICS code for the proposed acquisition (811219, Other Electronic and Precision Equipment Repair and Maintenance, Size Standard: $19 million). Potential offerors have until 8:00 am ET, Wednesday, May 8, 2013 to respond to the FDA.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-1114433/listing.html)
 
Place of Performance
Address: Center for Food Safety and Applied Nutrition, Division of Seafood and Science and Technology, 1 Iberville Drive, Dauphin Island, Alabama, 36528, United States
Zip Code: 36528
 
Record
SN03049291-W 20130502/130430235221-b5779c1cd94324f1aff5bbb8b33d9d0f (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.