Federal Bid

Last Updated on 23 Aug 2014 at 8 AM
Solicitation
New hampshire

Brand Name or Equal Sutter Motorized Micromanipulators and Movement Controllers

Solicitation ID FDA-RFI-1135835
Posted Date 02 Aug 2014 at 7 PM
Archive Date 23 Aug 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Office Of Acquisitions And Grants Services - Rockville
Agency Department Of Health And Human Services
Location New hampshire United states 10903
General Information:
Document Type: Request for Information (RFI)

Release Date: August 2, 2014

Response Date: August 8, 2014 at 4:30pm ET via e-mail to
Contracting Specialist

Contracting Office Address: Food and Drug Administration (FDA),
Juana Quinteros
[email protected]
Contract Specialist

Description: Brand Name or Equal Sutter Motorized Micromanipulators and Movement Controllers including delivery

This is a Request for Information (RFI) to identify the capabilities of the marketplace of all interested parties.

This request is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Food and Drug Administration (FDA) for any future solicitation. No official solicitation exists; therefore, please do not request a copy of a solicitation. If in the future an official solicitation is released, there is no guarantee that sources responding to this will be included on the source list. Telephone inquiries will not be accepted.

The FDA makes no implied or in fact contract by issuing this RFI. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the FDA's view of the information received. Do not send any material that requires a non-disclosure agreement or that may be business sensitive. Responses received that include a non-disclosure agreement or identify information that is business sensitive will not be accepted. Responses to this notice will not be returned.

According to FAR Part 10, Market Research, the results of the market research will be used to:

(i) Determine if sources capable of satisfying the agency's requirements exist;
(ii) Determine if commercial items or, to the extent commercial items suitable to meet the agency's needs are not available, non-developmental items are available that-
(A) Meet the agency's requirements;
(B) Could be modified to meet the agency's requirements; or
(C) Could meet the agency's requirements if those requirements were modified to a reasonable extent;
(iii) Determine the extent to which commercial items or non-developmental items could be incorporated at the component level;
(iv) Determine the practices of firms engaged in producing, distributing, and supporting commercial items, such as type of contract, terms for warranties, buyer financing, maintenance and packaging, and marking;
(v) Ensure maximum practicable use of recovered materials and promote energy conservation and efficiency; and
(vi) Determine whether bundling is necessary and justified.
(vii) Assess the availability of electronic and information technology that meets all or part of the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR Part 1194.

The extent of market research will vary, depending on such factors as urgency, estimated dollar value, complexity, and past experience. The contracting officer may use market research conducted within 18 months before the award of any task or delivery order if the information is still current, accurate, and relevant. Market research involves obtaining information specific to the item being acquired and should include-
(i) Whether the Government's needs can be met by-
(A) Items of a type customarily available in the commercial marketplace;
(B) Items of a type customarily available in the commercial marketplace with modifications; or
(C) Items used exclusively for governmental purposes;
(ii) Customary practices regarding customizing, modifying or tailoring of items to meet customer needs and associated costs;
(iii) Customary practices, including warranty, buyer financing, discounts, contract type considering the nature and risk associated with the requirement, etc., under which commercial sales of the products or services are made;
(iv) The requirements of any laws and regulations unique to the item being acquired;
(v) The availability of items that contain recovered materials and items that are energy efficient;
(vi) The distribution and support capabilities of potential suppliers, including alternative arrangements and cost estimates; and
(vii) Size and status of potential sources.

Mission and Objectives:

The following statement of work outlines the need and requirements for the purchase of an Upright Fixed Stage Research Microscope.


RFI Instructions:

Please complete Part A, Specification Questionnaire, describing your company's capabilities; Part B, Size of Business and Part C, Estimated Dollar Value Range.

Responses shall be:

 identified with the RFI number ; FDA-RFI-1135835
 no more than five (5) pages in length;
 not submit marketing materials;
 submitted to the email as indicated above.

FDA makes no implied or in fact contract by issuing this RFI. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the FDA's view of the information received.

Part A. Technical Capability

Specification Questionnaire:

1) The controllers shall be designed for use in biological studies on cardiac cells, nerve cells and brain slices, with the ability to be used in motorized and/or manual modes.
2) Because of the sensitivity of these measurements, the controllers shall be electrically quiet and introduce minimal noise into the laboratory system with a quiet linear power supply.
3) The controllers shall be able to move along multiple axes, including diagonal movements, with coarse (down to sub-micron) and ultrafine (<100 nm) resolution in single continuous or step intervals. Resolution should be easily adjustable.
4) The controllers shall work together well with other components of the laboratory system and fit easily into the space constraints that exist for conducting cell-based measurements using an upright microscope and camera.
5) The controllers shall be extremely stable and free of drift.
6) The controller shall have the option of programmable robotics and a "home" function to reposition the manipulator.
7) The controllers shall have a universal mounting system that can accommodate an amplifier headstage or pipette holder.
8) The controller shall be compact and capable of connecting to a dedicated automation system through a serial interface.
9) The set of controllers requested shall include:
a) A combined array consisting of 2 micromanipulators for positioning electrodes and pipettes, plus a motorized controller unit and ROE input box
b) 1 motorized XY microscope (Zeiss Axio Examiner or similar) translator stage
c) 1 additional micromanipulator that will enable dual recording or independent pathway stimulation

Part B. Size of Business

The Government is seeking small business opportunities. State whether your company is a small business (and also state your under socioeconomic status), College/University, large business or a non-profit organization.

Part C. Estimated Dollar Value Range

Based on the government's mission, objectives, and scope of work, what dollar value range would you determine to be the most accurate rough estimate.

Under $30K

Over $30K

 

Bid Protests Not Available

Similar Past Bids

Beltsville Maryland 21 Sep 2021 at 12 PM
Location Unknown 08 Aug 2012 at 10 PM
Location Unknown 17 Aug 2011 at 4 PM