MODIFICATION
62 -- Upgrade to Existing Laser Lights Scattering Apparatus: Measurement of Particle Size in Dry Powders and Liquids
- Notice Date
- 7/28/2014
- 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, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- FDA-14-1135093
- Archive Date
- 8/1/2014
- Point of Contact
- Linda Troutman, Phone: 4042531258
- E-Mail Address
-
Linda.Troutman@fda.hhs.gov
(Linda.Troutman@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The Food and Drug Administration (FDA) intends to award a Purchase Order on a single source basis to Sympatec Incorporated, 1600 Reed Road, Suite C, Pennington, NJ 08534 under the authority of FAR 13.106-1(b)(1). This requirement issued in conjunction with FAR Part 13 Simplified Acquisition Procedures. Notwithstanding, any firm that believes it is capable of providing the required items/services as stated herein may submit a capability statement/quotes to the notices with five (5) days after the date of publication of the is notice. A determination by the government not to compete this proposed simplified acquisition based upon responses to this notice is solely within the discretion of the government. Information received considered solely for determining whether to conduct a competitive requirement. No further solicitation is available. The FDA has a requirement to upgrade existing laser light scattering apparatus: measurement of particle size in dry powder and liquids. The contractor shall furnish all personnel, services, facilities, except as provided in the schedule, required for or incident to the performance of the work as described below. I. Technical Requirements A. Powder Dispersion • Shall be fully compatible with current version of Sympatec HELOS Windox software. • Software shall control dispersion energy and feed rate. • Shall be capable of dispersing powders in the range from approximately 0.1um to several mm. • Shall be capable of handling sample sizes from < 1 mg to at least 1g. • Shall include provision to store operating parameters and procedures (SOPs) • Shall provide means for encapsulating samples to protect sensitive samples from exposure to atmosphere and to protect operator form toxic materials. • Shall collect powder after analysis. B. Liquid Matrix Dispersion • Shall be fully compatible with current version of Sympatec HELOS WINDOX software. • Shall be capable of accommodating sample volumes in the range from approximately 50 mL to 500 mL. • Shall be equipped with larger reservoirs for filling and emptying the sampling chamber. Filling and empting operations shall be software and manually controllable. Both filling and emptying reservoirs shall be equipped with electronic level sensors such that adverse limits transmitted to the controlling software to automatically take appropriate action. • Shall have provision for degassing the sample. • Degasing, ultrasonic and mechanical mixing shall be software and manually controllable. • Shall be capable of sufficient mechanical stirring (in both sampling and filling chambers) to maintain sample homogeneity. • Shall have available ultrasonic mixing capability. Shall have Ultrasonic power in the range from 0-60W, in I %-2% steps. • Ultrasonic power shall be software and manually controllable. II. Trade and Service Criteria A. The upgrade package must be newly manufactured units, not used and refurbished or previously used for demonstration. The life cycle of the upgrade package shall be greater than ten years at full performance. FDA will expect service and technical support from the vendor during lifecycle. B. The upgrade package shall be warranted for parts and labor for 12 months from the date of installation. Software updates furnished at no additional cost during the warranty period. Technical support furnished at no additional cost during the warranty period. The vendor shall provide a copy and pricing for any available extended warranties and service contracts. The vendor shall also be capable of servicing the instrument through the extended warranty or service contract. This information shall not obligate FDA to purchase an extended warranty. C. The vendor shall demonstrate the ability to manufacture the instrument system with a high degree of quality control as evidenced by units in use by other customers performing applications with similar technical demands. All responsible vendors are encouraged to submit a response to this notice. FDA will consider all responses received prior to the closing date of this notice and will use responses in determining whether it is necessary to use full and open competition for this requirement. Please contact Linda Troutman, Contract Specialist by email at linda.troutman@fda.hhs.gov. All capability statements/quotes emailed to at the above email address no later than July 31, 2014 by 9:00 AM ET.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-14-1135093/listing.html)
- Record
- SN03440116-W 20140730/140728234936-ff1b0e9634da46e53ed8c08710fd1486 (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 |