Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2014 FBO #4663
SOURCES SOUGHT

66 -- Robot for a Cac0-3- and solid pahse extraction automation, plus 4 one year maintenance agreement

Notice Date
8/29/2014
 
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
FDA-SS-1140024
 
Point of Contact
Heather Kinsey, Phone: 2404027591
 
E-Mail Address
heather.kinsey@fda.hhs.gov
(heather.kinsey@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION This is a SOURCES 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 the purchase of a Robot for Caco-3-and solid phase extraction automation, Plus 4 one year maintenance agreement. The Contractor's capability statement shall demonstrate the company's ability to provide the following requirement. The Robot must meet the following Salient Characteristics The requested robot system must have the following salient characteristics: Robot capable of preparing and processing: (1) Caco-2 in vitro drug permeability samples (2) pre-clinical and clinical plasma samples using solid phase extraction (SPE): Hardware Technical Specifications • Microplate based robotic system • Capable of interfacing with an Agilent Rapid-fire automated sample processing-mass spectrometer system that can process 17,000 samples per day • 8 Channel pipettor for processing 8 samples at once. • Pipettor should use disposable tips to reduce cross contamination • Robotic arm which will move samples outside the unit. This arm can place samples directly into Agilent 1260/1290 autosamplers Specifications for SPE: • Has capacity for the following: o 96 sample cryovials, 12.5mm ID o 96 tubes, 12mm ID, for transfer of sample and internal standard o 96 well SPE plate for extraction o 96 well SPE plate for filtration o 96 collection tubes or HPLC vials, 12mm ID o Five reservoirs with a volume of at least 300mL • Capable of unattended processing of at least 96 samples from cryotubes (preferred size 12.5 x 90mm and 12.5 x 48mm) • Typical maximum volume of 1mL aliquot removed from sample for extraction. Aliquot needs to be transferred to a secondary vial/tube. • Capable of adding 10µL internal standard to secondary tube and mixing prior to application to SPE column • Can extract samples using 96 well SPE plates. • Ability to pipet in the range of 10-1000uL in the same run. Pipetting accuracy and precision of ≤2% at 10µL. • Adds liquid to the SPE plate and forces liquid through using vacuum or positive pressure. • User controlled flow rate through the SPE plate with a lowest settable flow of 1.0mL/min or less • Can perform a typical 5 step procedure on an SPE tube (condition, condition, sample application, wash and elute, 2mL each step at 1mL/min) on 96 samples in 24 hours or less • Capable of adding solutions/solvents from at least 5 different reservoirs (e.g. 2 conditioning solvents, 2 wash solvents, elution solvent) with a reservoir volume of at least 300mL • Can collect SPE column eluants into at least 96 collection tubes or vials • Will move samples from the robot directly into an Agilent 1260/1290 HPLC autosampler without user transferring samples. • Computer control which allows use of at least 10 different extraction procedures within the same run with software included • Will work with electrical receptacle NEMA 5-20R • Maximum dimensions in feet (W x D): 11 x 6 • Robot is partially enclosed with a top cover • Optional accessories: o Ability to cool cryotubes down to 4 °C. o High speed mixer or vortexer (2000RPM or greater) Delivery, Installation and Training • Full hardware, software and peripheral installation • 6 days on-site hardware and software training. • Parts and labor warranty of at least one year B.) Salient Characteristics of Requested Maintenance Agreement: the requested maintenance agreement must include the following: Annual preventative maintenance and service contracts for up to 4 years after the initial performance period shall consist of the following: • Unlimited priority technical support through means of telephone, fax, email, and conventional mail shall be provided by the contractor. • Contractor shall respond to all phone or email inquiries within 1 hour excluding weekends. • Phone and email support shall be available from at least from 7am to 7pm EST during the workweek (Monday - Friday). • Unlimited online access to the contractors support center containing tutorials, webinars, FAQ's, online supply ordering, software, and manual upgrades shall be made available. • At least one (1) on-site annual Preventative Maintenance (PM) visit shall be included in the contract. • PM shall include any necessary repairs; cost of parts and labor/travel. • The contractor shall provide Original Equipment Manufacturer (OEM) parts. • Unlimited number of calls/visits/repairs shall be provided by the contractor. • On-site response time shall occur within seven days from service call with all repairs completed within fourteen (14) days from service call. • A critical care program shall be provided. The program will cover 50% of parts' cost for "disasters" (such as spills) not covered under contract. • Upon request, free shipping and packaging materials shall be provided to ship instruments to and from the contractor. • Loan instrument shall be made available by the contractor upon request. Responses to this notice must be limited to 5 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. A description of the product that the company could provide adhering to the salient characteristics listed. 3. Business size for NAICS 334516 (size standard of 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 Heather Kinsey at Heather.Kinsey@fda.hhs.gov no later than 10:00 AM Eastern time on Thursday September 4, 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. Classification Code: 66 -- Instruments & laboratory equipment NAICS Code: 334516 -- Analytical
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA-SS-1140024/listing.html)
 
Place of Performance
Address: FDA, White Oak Campus, 10903 New Hampshire Ave, WO Building 62 Loading Dock, Silver Spring, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN03490274-W 20140831/140830000656-b7e15d29b30f99fecb15f8408fc9d988 (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.