The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53, July 5, 2011.
The associated North American Industry Classification System (NAICS) Code is- 334516 - Analytical Laboratory Instrument Manufacturing; Small Business Size Standards is 500 in number of employees. This combined synopsis/solicitation is set-aside for Small Business.
Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method their complete proposal and any additional documents before 9:00 am (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on July 25, 2011 to [email protected], Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, OC/OSS/OAGS, Attention of Howard Nesmith, 3900 NCTR Road, Jefferson, AR 72079-9502.
PLEASE NOTE - The above contact information is for the Contracting Office and not necessarily the delivery address. The delivery address is indicated in the FOB Destination section below.
When appropriate, Respondents should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time.
For information regarding this solicitation, please contact Howard Nesmith by e-Mail at [email protected], Phone (870) 543-7459, or FAX (870) 543-7990.
The Food and Drug Administration is soliciting quotes for a Zeta Potential Analyzer.
Any award(s) resulting from this solicitation is contingent on the availability of funds within the 2011 Fiscal Year. Quotes shall be valid thru September 30, 2011.
Respondents are requested to provide a quote for the initial item (Items #1-8) and encouraged to provide quotes for the additional items for the possibility of extending any awarded contract based on Item #1. Respondents may provide quotes for as many of the additional items as reasonably possible.
If the additional items beyond Item #1 have an increase in price the Respondent must provide an explanation for the bases of each increase.
Item #1
Zeta Potential Analyzer
General Specifications
• The components must be newly manufactured units, not used and refurbished or previously used for demonstration.
• The system shall include an internal or external computer and monitor for system operations and data analysis.
• Data acquisitions and processing software shall be included.
• The systems must be warranted for parts and labor for 12 months from the date of installation.
• The system shall be delivered with all necessary supplies and accessories required for installation and start-up.
• Onsite installation at the place of performance shall be included.
• The vendor shall provide system familiarization at the time of installation.
Zeta potential specifications:
• The system shall measure the zeta potential within solutions containing nanomaterials (1-1000nm).
• The system shall accommodate measurements in high salt concentrations (~1 molar).
• The system shall allow measurements from pH 1-13.
• The system shall include an automated titrator for the determination of zeta potential as a function of pH.
• The system shall include a photo diode detector.
• The system must be compatible with of solvent resistant electrodes for the determination of zeta potential within organic solvent. The vendor shall include the solvent resistant electrode as an option.
• The system shall exhibit a zeta potential range of -200 mV to 200 mV.
• The system shall allow the usage of samples volumes as small as 200L using disposable cuvettes.
• The system shall include temperature control from 5°C to 70°C, with an accuracy of ±0.3°C.
• A laser source is required
• The vendor shall provide the following consumables:
Minimum of 200 cuvettes for aqueous samples
Minimum of 10 cuvettes for organic samples
Reference material for zeta potential measurements
Quantity: One
Unit Price: _____________________
Extended Price: _________________
Make:__________________________
Model:_________________________
Part Number:____________________
GSA Contract Number (if applicable): ________________________
Item #2
Particle Sizing Option for Zeta Potential Analyzer
Particle sizing specifications:
• The system shall include an option for the measurement of particle size by dynamic light scattering. The system shall provide at least the following information: average size, size distribution width, lognormal fit, and multimodal size distribution.
• The system shall allow size determination from 1 nm to 5 m.
• The measurement of particle size shall occur within the same sample cuvette as the zeta potential determination, thus allow the control of temperature.
• The system shall include a photo diode detector.
• The vendor shall include an option to use a backscattering angle for the determination of particle size in very concentrated solutions.
• The system shall allow the usage of samples volumes as small as 200L using disposable cuvettes.
Quantity: One
Unit Price: _____________________
Extended Price: _________________
Make:__________________________
Model:_________________________
Part Number:____________________
GSA Contract Number (if applicable): ________________________
Item #3
Auto-Titrator Option
For measuring zeta potential and particle sizing as a function of pH for above Zeta Potential Analyzer
Quantity: One
Unit Price: _____________________
Extended Price: _________________
Make:__________________________
Model:_________________________
Part Number:____________________
GSA Contract Number (if applicable): ________________________
Item #4
Reference Material
All necessary and required reference material for proper operations of the Zeta Potential Analyzer
Quantity: One
Unit Price: _____________________
Extended Price: _________________
Make:__________________________
Model:_________________________
Part Number:____________________
GSA Contract Number (if applicable): ________________________
Item #5
Square Glass Cells for Zeta Potential Analyzer
Ten (10) glass sample containers for the measurement of zeta potential in organic solvents. These containers shall allow sample volumes from 1 mL to 4 mL, with an ideal path length of 10mm.
Quantity: One
Unit Price: _____________________
Extended Price: _________________
Make:__________________________
Model:_________________________
Part Number:____________________
GSA Contract Number (if applicable): ________________________
Item #6
Cleaning Wand
To clean and polish the electrodes used for measuring zeta potential. This tool shall be consistent with the manufacturers recommended cleaning procedures for the electrodes.
Quantity: One
Unit Price: _____________________
Extended Price: _________________
Make:__________________________
Model:_________________________
Part Number:____________________
GSA Contract Number (if applicable): ________________________
Item #7
Cuvettes
Container of 200 plastic sample containers with caps for the measurement of zeta potential in aqueous solutions. These containers shall allow sample volumes from 1 mL to 4 mL, with an ideal path length of 10mm.
Quantity: Two
Unit Price: _____________________
Extended Price: _________________
Make:__________________________
Model:_________________________
Part Number:____________________
GSA Contract Number (if applicable): ________________________
Item #8
Zeta Potential Analyzer Support Plan
The vendor shall also provide pricing for an optional extended warranty/maintenance agreement to start upon expiration of original warranty. However, this information shall not obligate FDA to purchase the extended warranty/maintenance agreement. The specific requirements for this optional service contract are:
1) Service contract coverage shall include trouble-shooting capabilities based on complete knowledge of the entire instrument, immediate access to certified replacement parts, and immediate access to improvements and new procedures provided by the original vendor and manufacturer.
2) Service shall be provided by service engineers who are trained and certified by the original manufacturer. Engineers shall have access to the manufacturer's latest technical developments, repair procedures, application updates, diagnostic software, and planned maintenance procedures.
3) The contract shall enable the Project Officer or representative to have access to the manufacturer's call center for technical assistance, which is staffed by senior engineers to provide a high level of expertise for troubleshooting the instrument.
4) The vendor shall indicate if they perform repairs to the system at the "Place of Performance" or at the vendors repair facility.
One-Year Option Base Period
Quantity: One
Price: _____________________
Explanation for any price increase: __________________________________________
_________________________________________________________________________
Item #9
Zeta Potential Analyzer Support Plan
One-Year Option Period #1
Quantity: One
Price: _____________________
Explanation for any price increase: __________________________________________
_________________________________________________________________________
Item #10
Zeta Potential Analyzer Support Plan
One-Year Option Period #2
Quantity: One
Price: _____________________
Explanation for any price increase: __________________________________________
_________________________________________________________________________
Item #11
Zeta Potential Analyzer Support Plan
One-Year Option Period #3
Quantity: One
Price: _____________________
Explanation for any price increase: __________________________________________
_________________________________________________________________________
Item #12
Zeta Potential Analyzer Support Plan
One-Year Option Period #4
Quantity: One
Price: _____________________
Explanation for any price increase: __________________________________________
_________________________________________________________________________
Item #13
Zeta Potential Analyzer Support Plan
One-Year Option Period #5
Quantity: One
Price: _____________________
Explanation for any price increase: __________________________________________
_________________________________________________________________________
FOB Destination - U.S. Food and Drug Administration, NCTR/DHHS/FDA, 3900 NCTR Rd., Jefferson, AR 72079.
Contract Type - Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized.
An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration.
CCR REQUIREMENT - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov.
The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation.
The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows:
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
(i) Technical capability of the items offered to meet the Government's requirement.
(ii) Price.
The government will award the purchase order to the lowest price technically acceptable quote.
Technical acceptability will be determined by review of information submitted by the quoter which must provide a description in sufficient detail to show that the product/service quoted meets the Government's requirement.
The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror.
The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically at http://orca.bpn.gov.
The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None.
The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.232-33.
Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov.
CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov.
A standard commercial warranty on parts and workmanship is required.
The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice.