MODIFICATION
66 -- Mass Spectrometers
- Notice Date
- 7/18/2014
- Notice Type
- Modification/Amendment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- 14-223-SOL-00030
- Archive Date
- 9/30/2014
- Point of Contact
- Nicholas E Sartain, Phone: 870-543-7370
- E-Mail Address
-
nick.sartain@fda.hhs.gov
(nick.sartain@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Questions and answers: 1. Under the Performance Specifications for High-Performance Liquid Chromatography it states: "The HPLC system shall be equipped with one binary solvent pump. The pump shall have an option for a solvent selection valve, which would allow the binary mixture from four independent solvent sources. The solvent selection values should be controllable from the operations software." Question: Does "one binary solvent pump" mean it must be one single pump that performs to create a binary gradient OR is one binary gradient pumping solution, i.e.- 2 single pumps that form a binary gradient sufficient to meet the requirement? Response: The specification is to assure that the system can provide a binary gradient, which is a gradient from two different solvents. Two single pumps that can produce a binary gradient controlled from the operations software is acceptable. 2. I see that you are asking for 3 past performance references which can be industry or government customers. Do these references have to be domestic to the US or can they be international references? Response: Domestic references are preferred due to time and language constraints. It is anticipated that past performance references will be contacted by phone, and time zones that are outside of the U.S. might inhibit the Government from being able to contact the individuals listed, and communication with individuals outside of the U.S. could be difficult due to barriers in language. International references such as Canada or South America or possibly Europe would be preferred over Malaysia and Japan. 3. We have the following question regarding the system warranty. RFP states: "Systems shall be warranted for not less than one (1) year from FDA acceptance of the system(s) (to include on-site training and methods adaptation). The formal acceptance date will not start until all systems ordered at the same time are inspected and accepted regardless of any staggered deliveries, installation, etc. More specifically, in effect, the original OEM warranty for the equipment delivered first will be slightly longer than 12 months. Structuring the acceptance and warranty period in this manner will ensure that all systems are on the same timeline for maintenance services during the option years." Due to high probability of contract with multiple delivery sites and dependence on lab readiness to accept deliveries, we would like to request a modification reflecting this change below: Acceptance must be upon installation of the instrumentation individually and that such individual warranties will commence upon completion of installation. We can quote additional months of extended warranty such that FDA can buy them to match up the instruments once they have all been installed. Response: The warranty language will remain unchanged. We do not anticipate delays due to lab readiness.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/14-223-SOL-00030/listing.html)
- Place of Performance
- Address: Multiple locations, United States
- Record
- SN03430977-W 20140720/140718235437-b49b3078dbc5fb3d965b87cccb225d49 (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 |