Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2016 FBO #5256
SOURCES SOUGHT

66 -- Uninterruptible Power Source

Notice Date
4/12/2016
 
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 - Jefferson, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
FDA1165075
 
Archive Date
5/3/2016
 
Point of Contact
Regina R. Williams, Phone: (870) 543-7012
 
E-Mail Address
regina.williams@fda.hhs.gov
(regina.williams@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 Center for Biologics Evaluation and Research (CBER) requirement for Uninterruptible Power Source (UPS) for the Zeiss Libra 120 Electron Microscope. This is a Sources Sought Notice 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. This notice is for planning purposes only, and does not constitute an Invitation for Bids, Request for Proposals or Request for Quotation, or an indication the Government will contract for the items contained herein. This notice 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 notice. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The appropriate NAICS code for this acquisition is 334516- Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. Statement of Work (SOW) Background The FDA/CBER currently owns a Zeiss Libra 120 Transmission Electron Microscope System, Serial Number L120-2129, manufacturer- Carl Zeiss Microscopy, LLC. The system must always be kept turned on, running under vacuum, cooled by water from a water chiller unit, and with the compressed air unit functioning for the Gatan camera, Serial Number 11082501W0994, manufacturer- Gatan, Inc. Repeated unannounced power outages over the past several months have caused the electron microscope to malfunction upon restarting. CBER has experienced an inability to turn on the high voltage necessary for the production of electrons to form the electron beam in the column, problems with the objective aperture, and partially missing light on the viewing stage that could not be focused properly. Each of these failures has required a service call to the manufacturer to restore the microscope to its high level of performance. Scope The role of the Uninterruptible Power Source (UPS) shall provide near-instantaneous power to the electron microscope by supplying power stored in its fully charged batteries the second it detects a power interruption. The UPS is plugged into the 208V power outlet, and the Zeiss Libra 120 Electron Microscope is then plugged into the UPS. A matching transformer converts between line voltage and battery voltage. General Requirements 1. The components and/or equipment shall be a newly manufactured, not used and refurbished, or previously used for demonstration. 2. The UPS shall be warranted for parts and labor from date of installation acceptance. All warranty work shall be performed on-site at CBER, i.e., returning the equipment to the manufacturer is unacceptable. 3. The system shall be delivered with all components, accessories, start-up supplies required for installation and start-up., i.e., a turn-key solution. 4. The Contractor shall provide on-site (Government-site) operator familiarization training of the system upon completion of installation. Such familiarization shall include system operations, optimization, and basic preventive maintenance procedures. 5. The Contractor shall include all parts, travel, and labor to complete installation. Installation shall be performed and completed during normal duty hours (Monday through Friday, 8 am to 4:30 pm, Eastern Time). Technical Requirements 1. Shall be an uninterruptible power system 2. Shall have batteries whose charging need is regulated by a built-in sensor giving them longer life 3. Shall have a 20KVA 208V system for continuous output 4. Shall have a transformer for imaging beyond 100k 5. Shall have UPS Startup 6. Installation shall be performed by formally trained and certified technicians/engineers, following Original Equipment Manufacturer (OEM) specifications, manuals, and service bulletins who shall make sure that both the microscope and the UPS are properly installed, so that there is no damage to the microscope. Period of Performance: Sixty (60) calendar days after contract award. Place of Performance FDA/CBER White Oak Campus 10903 New Hampshire Ave Building 52/72 Loading Dock Building 10, Room G118 Silver Spring, MD 20993 The respondent to this source sough shall furnish sufficient technical information necessary for the Government to conclusively determine its capability to provide products/services and components meeting the technical requirements identified above. Though the target audience is small business manufacturers or small businesses capable of supplying U.S. made supplies of another small business manufacturer or producer, all interested parties may respond. At a minimum, responses shall include the following: Business name, DUNS number, business address, business website, business size status (i.e., SB, VOSB, SDVOSB, HUBZone SB, SDB, WOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address (Provide this same information if responding to provide a product manufactured by another firm); Sufficient descriptive literature that unequivocally demonstrates that offered products and services meet or exceed above specifications. All descriptive material necessary for the government to determine whether the service/product offered meets the technical requirements including: technical specifications, descriptive material, literature, brochures and other information, which demonstrates the capabilities of the contractor to meet the requirement. Three (3) years of past performance information for the manufacture and/or sale of same or substantially similar items to include date of sale, description, 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 not the respondent. If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this potential requirement. The government is not responsible for locating or securing any information, not identified in the response. Interested parties shall respond with capability statements which are due in person, by postal mail or email to the point of contact listed below on or before April 18, 2016, by 12:00 PM (Central Time in Jefferson, Arkansas) at the FDA/OO/OFBA/OAGS/DAP, Field Operations Branch, Attn: Regina Williams, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502 or email regina.williams@fda.hhs.gov. Reference FDA1165075. 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 pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. 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/FDA1165075/listing.html)
 
Record
SN04081802-W 20160414/160413000843-e740573a60d57cb8192ca40b15a06043 (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.