SOURCES SOUGHT
66 -- Sources Sought for Capillary NMR Probe
- Notice Date
- 7/25/2014
- 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-1135106
- Archive Date
- 8/16/2014
- Point of Contact
- Natalie Mitchell, Phone: 3018279606
- E-Mail Address
-
natalie.mitchell@fda.hhs.gov
(natalie.mitchell@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- General Information: Document Type: Sources Sought - FDA-SS-1135106 Release Date: July 25, 2014 Response Date: August 1, 2014 at 10:00am ET via email to Natalie.Mitchell@fda.hhs.gov Contracting Office Address: Food and Drug Administration, 5630 Fisher Lane, Rockville, Maryland 20857; Attn: Natalie Mitchell, Contract Specialist Description of Services/Supplies: Sources Sought for Capillary NMR Probe Contracting Office: U.S. Department of Health and Human Services (DHHS) Food and Drug Administration Agency (FDA) / Office of Acquisitions and Grants Services (OAGS) Description: This is a Source Sought Notice to determine the availability and capability of small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) for Capillary NMR Probe. The Probe must be compatible with the Agilent 500MHz NMR System. 1. Background We request the purchase of a capillary NMR probe which when coupled to our existing NMR and robotic liquid handler can conduct high throughput screening of a series of antibiotics for identity and purity. This screening will use the capillary NMR probe described in this SOW in conjunction with existing DPA equipment. By analyzing multiple lots of these widely used antibiotics using multiple different methods we will identify the best approaches to assure the quality of these widely used drugs for which there are many generic versions. The capillary NMR probe is needed to continue to expand the efforts of the FDA to protect U.S. consumers and to respond to drug-related medical emergencies in a timely and accurate manner. 2. Detailed Technical Requirements We require the following features or specifications: I. Performance Specifications General: 1. We require a capillary NMR probe capable of being coupled to our existing liquid handler system and Agilent 500 MHz NMR spectrometer. The system will be composed of the following components; a LEAP CTC PAL liquid handler, a high throughput sample loader, and a computer system with a graphical user interface based software to connect the sample system with the NMR spectrometer and the requested capillary NMR probe. 2. The capillary NMR probe must meet minimum specifications for proton signal to noise, proton line-shape, proton pulse-widths, gradient field strength and gradient recovery time (see section II below). 3. The system shall be delivered with all necessary supplies and accessories required for installation and start-up including standards for tuning the instrument, standards for verifying instrument performance, plumbing, Teflon tubing and fittings. 4. The instrument shall be a newly manufactured unit, not used and refurbished or previously used for demonstration. 5. A one year warranty is required with the purchase and shall include as a minimum: coverage on all non-consumable items and parts supplied for the capillary NMR probe. 6. A minimum of 5 probes shall have already been sold and installed in 5 different laboratories other than the vendor's laboratories as a demonstration of performance history. II. Salient Characteristics of the capillary NMR probe: 1. Capillary NMR flow probe for a 500 MHz Agilent NMR system. 2. A 5 microliter flow-cell with 75 micron I.D. and 1/32" O.D. Teflon FEP transfer tubing. 3. The probe shall have proton and carbon channels with deuterium lock and z-directed gradient capability. 4. Capability to load probe manually via syringe. 5. Signal to noise performance of greater than 35 to 1 single scan acquired using a 10 mM sucrose reference standard. 6. VT control system for probe air temperature. 7. Proton 90o pulse widths of less than or equal to 5 microseconds. Salient Characteristics of the startup kit: Spare fittings, tubing collaboration, spare seals and filters to be able to install and certify the NMR probe. Warranty service or post-warranty maintenance agreements: Initial year warranty plus two one year option periods after the initial warranty to include: 1. Coverage on all non-consumable items and parts supplied. 2. Phone support to isolate and resolve hardware problems. 3. Unlimited on-site service visits with a maximum 96-hour on-site response time. 4. Factory-certified replacement parts, engineer labor and travel costs, software updates and notifications within 24 hours of release. 5. One scheduled preventative maintenance (PM) visit per year. This service includes all consumable required during the PM. 6. The Offeror shall document their hours and days of operation for customer, emergency and technical service. Contact information shall be submitted with the offeror's proposal. Service is between the times of 8:30 am to 5:00 pm CENTRAL TIME, Monday through Friday. Exception to this is in case of emergency maintenance service. Field Installation and Training: Installation and one day of on-site operational training shall be included. Responses to this notice shall be limited to 10 pages, and must include: 1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for NAICS 334516 (size standard 500 Employees) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System for Award Management (SAM) to be considered as potential sources. 5. If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6. If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to indicate the firm's status (see item #3, above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, Request for Proposals, Solicitation, Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this notice must be received via email to Contract Specialist Natalie Mitchell at Natalie.Mitchell@fda.hhs.gov no later than 10:00am Eastern Time on August 1, 2014 for consideration. Responses to this announcement will not be returned, nor any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and the FDA may contact one or more respondents for clarifications and to enhance the Governments understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SS-1135106/listing.html)
- Place of Performance
- Address: FDA, Newstead Avenue, St. Louis, Missouri, 63110, United States
- Zip Code: 63110
- Zip Code: 63110
- Record
- SN03438851-W 20140727/140725235317-2032a408ef4f380392ea05679df3e302 (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 |