Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 26, 2014 FBO #4477
SOURCES SOUGHT

66 -- Near IR/UV/Vis/CCD System

Notice Date
2/24/2014
 
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-SS-1130471
 
Archive Date
3/18/2014
 
Point of Contact
Christopher R. McGucken, Phone: 3018277161
 
E-Mail Address
christopher.mcgucken@fda.hhs.gov
(christopher.mcgucken@fda.hhs.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
TITLE: Near IR/UV/Vis/CCD System OPDIV: FDA, Center for Drug Evaluation and Research This is a SOURCES SOUGHT NOTICE to determine the availability of potential small businesses (e.g., 8(a), service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, veteran-owned small business, and women-owned small business) in accordance with FAR 7.104(d). The potential small business will need to demonstrate the capability to perform all facets of the work described below. The sole intent of this Sources Sought Notice is to obtain capabilities for set-aside and procurement planning purposes. This is not an invitation for bid, request for proposal, or other solicitation, and in no way obligates the Food and Drug Administration (FDA) to award a contract. BACKGROUND The Food and Drug Administration’s CDER’s Division of Monoclonal Antibodies is seeking to purchase a quantity of 2 and up to a quantity of 6 fiberless online near infrared, UV/Vis and CCD camera spectroscopic detectors with flow cells and all accessories and software needed to integrate between our Sartorius BDCUII 6 by 5L bioreactor system and Waters Patrol UPLC system. The goal is to monitor and control online cell culture process parameters by correlating the near infrared, ultraviolet, and visible light spectra with media nutrient and bioproducts, as well as cell growth and protein production kinetics, via statistical modeling by principle component analysis, partial least squares, and multivariate data analysis. The data generated must be imported into the Sartorius bioreactor control and modeling softwares. CONTRACTOR REQUIREMENTS Respondent Contractors shall be able to provide: Two (2) Near IR/UV/Vis and CCD systems, with the following salient characteristics: Item 1: Near IR/UV/Vis and CCD System. Complete system shall include NIR module, flow module, software and licenses, cables, carrying cases for storage and calibration of instrument. NIR module Shall contain the following spectroscopes: i. Near infrared spectrometer: 950-1750 nm wavelength ii. UV/Vis spectrophotometer: 350-920 nm wavelength High resolution CCD camera: resolution of 80micrometer Shall be autoclavable Shall be capable of handling pressure of at least 2-3 bar (30-43psi) and a temperature range from 0-121°C Shall have dimensions (W x D x H) ≤ 12 in x 12 in x 12in (300mm x 300mm x 300mm) to conserve laboratory bench space Measuring time should be ≤10millisecs Flow module Shall include installation box Shall be able to both qualitatively and quantitatively assay pumpable liquids such as cell culture fluid Shall include pump, necessary accessories, control module, and software as needed for installation and usage. Shall be able to measure a distance of 20-40 cm. Accessories Personal computer (Windows 7 preferred) i. System specification s to include: 1. Minimal 8 GB RAM 2. Intel Quad Core processor 3. Minimal 500GB Hard drive 4. Network card 10/100 Ethernet port 5. Expansion slots for incorporation of modules necessary for NIR system ii. Include minimal 19” monitor Battery back up system capable of providing emergency power to system and computer in case of power outages Installation and Warranty System shall include installation i. Installation consists of physical installation as well as calibration, qualification, and software installation ii. Installation must be scheduled within 30 days of delivery or at a time agreed upon in post-award conference (this may depend upon electrical requirements). Warranty shall be for at least 1 year from date of installation Service contract Service contract or warranty should be included for optional years starting in year 2 Service to include at least 1 PM per year with all travel, labor, and parts included. Service should cover re-calibration of instrument Service should also cover all software related to the NIR system with free software upgrades as they are released. Capability statements must demonstrate the minimum requirements outlined above. Please address each in the order listed above, along with product sheet fully describing the proposed equipment. Please provide the follow Business information: DUNS Number Company Name Company Address. Company Point of Contact, phone number and email address Type of company under NAICS, as validated via the System for Award Management (SAM). Additional information on NAICS codes can be found at www.sba.gov. Any potential government contract must be registered on the SAM located at http://www.sam.gov/index.asp. Corporate structure (corporation, LLC, sole proprietorship, partnership, limited liability partnership, professional corporation, etc.); Current GSA Schedules appropriate to this Sources Sought Current Government Wide Agency Contracts (GWACs) Point of Contact, phone number and email address of individuals who can verify the demonstrated capabilities identified in the responses. Interested parties having the capabilities necessary to perform the stated requirements may submit capability statements via email or regular mail to the point of contact listed below. Responses shall be limited to 25 pages. Responses must be received not later than 12:00 PM Noon EST, March 3rd, 2014.. Capability statements will not be returned and will not be accepted after the due date. Documentation should be emailed to: Christopher.McGucken@fda.hhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SS-1130471/listing.html)
 
Place of Performance
Address: 10903 New Hampshire Ave, Bldg 64, Rm 1034, Silver Spring, Maryland, 20903, United States
Zip Code: 20903
 
Record
SN03295213-W 20140226/140224234638-153c20c9e4609ec9b0cbff65a55a7266 (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.