Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2014 FBO #4624
SOURCES SOUGHT

66 -- High Performance Liquid Chromatographer

Notice Date
7/21/2014
 
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, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
1134632
 
Archive Date
8/13/2014
 
Point of Contact
Crystal G. McCoskey, Phone: 8705437267
 
E-Mail Address
crystal.mccoskey@fda.hhs.gov
(crystal.mccoskey@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
MARKET RESEARCH PURPOSES ONLY NOT A REQUEST FOR PROPOSAL OR SOLICITATION The U.S. Food and Drug Administration (FDA), is conducting market research to support the National Center for Toxicological Research's (NCTR), Nanotechnology Core Facility (NanoCore) requirement for one (1) High Performance Liquid Chromatographer with an Electro-Chemical Detector (HPLC-ECD) to include shipping, inside delivery, installation, set-up, Inspection/Operation/Performance Qualification (IQ/OQ/PQ), on-site operator training and up to four (4) 1-year option periods for post-warranty maintenance, for the detection of the neurotransmitter dopamine to support upcoming brain microdialysis studies. This is a sources sought to determine the availability and capability of small business manufacturers or small businesses capable of supplying a U.S. made product of a small business manufacturer or producer. The associated North American Industry Classification System (NAICS) Code is‐ 334516 ‐ Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. Statement of Need: The HPLC-ECD is required to achieve the experimental design associated with the studies, such as sampling dopamine every ten minutes concurrently from a minimum of four (4) different rodents. Using in vivo brain microdialysis procedures, concentrations of neurotransmitters such as dopamine and noradrenaline will be measured in brains of freely moving rodents. This equipment is essential to promote the scientific development process at NCTR and to study the behavioral and neurochemical changes in animal of tobacco constituents. Minimum Requirements: The HPLC-ECD shall be delivered with all necessary supplies, equipment, peripherals, components, detectors, pumps, valves, degassers, flow cells, dampers, columns, adapters, software, instrument computers, controls, drivers, workstations, accessories, etc. required to seamlessly install, set-up, test and train; Contractor is responsible for a turnkey solution. The components and equipment shall be a newly manufactured, not be used, refurbished, or previously used for demonstration. The entire system shall be warranted for parts and labor for a minimum of 1 year from date of equipment installation, inspection and acceptance. All standard information on the equipment, including but not limited to User Manuals, Operation and Maintenance (O&M) Manuals, Material and Safety Data Sheets (MSDS), troubleshooting guides and any other applicable documentation, shall be provided upon installation of the system. At a minimum, the system shall be capable of sampling dopamine every ten minutes concurrently from four (4) different rodents. The system shall include a complete workstation for instrument control, data acquisition, and data analysis, computer and monitor, capable of performing quantitative and qualitative neurochemical analysis. The system shall detect low levels of dopamine in a small quantity of a substance that can be distinguished from a blank value within at least a confidence limit of 1%. Hardware requirements: The system shall have: • A minimum of one (1) isocratic, gradient (high pressure) dual-piston pump. Automated piston wash, high accuracy at low flow rates. • A minimum of one (1) ECD equipped with a dual channel (DC), pulse and scan mode. • Amperometric flow cells specifically designed for high electrochemical sensitivity. • A minimum of two (2) HPLC columns for catecholamines detection connected to flow cells and injectors. • Automatized sample collection from at least four (4) different animals concurrently. Software requirements: The system's software shall provide: • A minimum of four (4) chromatograms displayed at the same time every 10 minutes during any given experiment. • Communication of all specified modules capable with each other and through a network. • A minimum of two (2) software licenses, one for use in operating the system, and the second for off-line data processing and reporting. Installation, Set-Up, IQ/OQ/PQ and Training Requirements The Contractor shall provide all labor, travel, and tools to install the equipment at the address provided below, to include shipping and inside delivery. Equipment shall be tested and IQ/OQ/PQ performed once installed to verify all aspects of the system are operating within parameters of the required specifications. The vendor shall demonstrate upon installation and testing that the item meets all performance specifications. Upon acceptance of the systems, the contractor shall provide a minimum of five (5) calendar days of on-site operator training/familiarization for at least four (4) attendees on the HPLC. Such familiarization shall include system operations, calibration, optimization, and basic operational maintenance procedures. Post-Warranty Service Requirements: • Shall include unlimited technical support within 8 business hours of contact for assistance (e.g., telephone-based, email-based, website-based, etc.) and unlimited corrective/remedial maintenance visits within three (3) business days of call for service, Mondays - Fridays (excluding Federal Holidays) between the hours of 7:00 AM - 5:00 PM Central Standard Time (CST). • Shall include unlimited software and firmware updates. • All maintenance and repair activities shall be performed by formally trained and certified technicians/engineers, following Original Equipment Manufacturer (OEM) specifications, manuals, and service bulletins, using new OEM replacement parts, components, subassemblies, etc. • All maintenance pricing shall be inclusive of labor, travel, replacement parts, components, subassemblies, etc. Records and Reports The Contractor shall, upon the completion of each service call (inclusive of warranty service), provide the end-user of the equipment with a copy of a field service report/ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment being serviced/repaired and detailing the reason for the service call, a detailed description of the work performed, the test instruments or other equipment used to affect the repair or otherwise perform the service, the name(s) and contact information of the technician who performed the repair/service, and for information purposes, the on-site hours expended and parts/components replaced. In addition, the Contractor shall provide a written report to the FDA COR and Contract Specialist, summarizing all maintenance and repair activities (including warranty work) each time service and/or repair is performed. Delivery Address (FOB Destination) US Food and Drug Administration 3900 NCTR Road, Bldg 85 Jefferson, AR 72079 Installation, set-up, IQ/OQ/PQ, on-site training and post-warranty maintenance shall be conducted at: US Food & Drug Administration 3900 NCTR Rd. Building 14B, room 140 Jefferson, 72079 POC: "Shall be provided at time of award." Period of Performance Delivery, to include installation, set-up, IQ/OQ/PQ and on-site training, required within 120 days of award with up to four (4) 1-year option periods for post-warranty maintenance. Responses to this sources sought shall unequivocally demonstrate that respondent is regularly engaged in the manufacture and/or sale of same or substantially similar items. Though the target audience is small business manufacturers or small businesses capable of supplying a U.S. made product of a small business manufacturer or producer all interested parties may respond. At a minimum, responses shall include the following: • Business name and bio, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, 8(a), SDB, WOSB, EDWOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address; [Provide this same information again for the manufacturer/producer if responding to provide a product manufactured by another firm.] • Three (3) years of past performance information for the manufacture and/or sale of same or substantially similar items, which are or have been used with same or similar equipment for same or similar purposes, to include date of sale, description (should also include technical literature and specifications), dollar value, client name, client address, client point of contact name, client point of contact mailing address (if different from that provided for client), client point of contact phone number, client point of contact email address, and name of the manufacturer (to include DUNS number and size status) if respondent is not the manufacturer/producer; • Descriptive literature, brochures, specifications, marketing material, etc. detailing the nature of the items the responding firm is regularly engaged in manufacturing and/or selling; • If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this requirement; • If a large business, identify any existing subcontracting opportunities for small business concerns; • Although this is not a request for quote, informational pricing is encouraged; • The Government encourages any comments and/or suggestions from any interested party, regarding the specifications. While the Government will not respond directly to your comments and/or suggestions; we will consider them as we finalize the specifications in preparation for the forthcoming solicitation. The Government is not responsible for locating or securing any information, not identified in the response. Interested Parties must respond with capability statements which are due in person, by postal mail or email to the point of contact listed below on or before July 29, 2014 by 1:00 PM (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OA/OAGS, Attn: Crystal G. McCoskey, 3900 NCTR Road, Bldg 50/Room 426, HFT‐320, Jefferson, AR 72079‐9502, or email crystal.mccoskey@fda.hhs.gov. Reference #1134632 in all correspondence with the point of contact listed above. Notice of Intent Responses to this sources sought announcement will assist the Government in determining whether this requirement should be set aside for small business, made available to full and open competition or procured through other than full and open acquisition procedures. Disclaimer and Important Notes 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 combined synopsis/solicitation (No. 1134632) may be published via FedBizOpps. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality 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).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1134632/listing.html)
 
Place of Performance
Address: Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN03431884-W 20140723/140721234845-073c1cde00868279c1260b7d90546697 (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.