Federal Bid

Last Updated on 28 Aug 2013 at 8 AM
Combined Synopsis/Solicitation
Ora Indiana

Broad (Low)-Energy Gamma Ray Spectrum System

Solicitation ID FDA-13-223-1119987
Posted Date 11 Aug 2013 at 8 PM
Archive Date 28 Aug 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Office Of Acquisitions And Grants Services - Rockville
Agency Department Of Health And Human Services
Location Ora Indiana United states
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued in conjunction with FAR Part 13 Simplified Acquisition Procedures, as applicable. The solicitation number is FDA-13-223-1119987. This solicitation is issued as a Request for Quote (RFQ).

The solicitation document and incorporated provisions and clauses in effect through the Federal Acquisition Circular (FAC) FAC 2005-69, dated August 1, 2013.

The associated North American Industry Classification System (NAICS) Code is - 334516 - Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 in number of employees. The solicitation is set-aside 100% for small businesses.

The US Food & Drug Administration (FDA) intends to issue a Commercial Item UFirm Fixed-PriceU purchase order that meets the following specifications below.

SUPPLIES OR SERVICES AND PRICES/COSTS

CLIN Item Description Qty U/I Unit Price Extended Price
0001 • Broad (Low)-Energy Gamma Ray Spectrometer System 1 Ea
TOTAL (to include any delivery, shipping, and/or installation charges)

Background:

Gamma ray spectrometry is one of the most important radioanalytical techniques used by the FDA Office of Regulatory Affairs (ORA), Winchester Engineering and Analytical (WEAC), in support of Food Emergency Response Network (FERN) radiological emergency response. For screening and confirmatory analysis of radionuclides in foods in a nuclear event, especially, in an event where radioactive contamination source is unknown, the gamma-ray spectrometer is also a radio-analytical laboratory's first choice for screening radionuclides in samples. During Chernobyl and Three Mile Island incidents, thousands of samples were sent to WEAC within a month for radionuclides analysis and gamma-ray spectrometers played crucial roles in screening, analysis, and decision making in whether further analysis of other type (alpha or beta) of radioisotopes is needed. The recent catastrophe in Japan justified again the gamma-ray spectrometer's importance in a radiological emergency response--the nation's food safety and food defense against radionuclides contamination. WEAC's routine radiological programs and programs derived from WEAC's radiological emergency responsibility are essential part of the nation's food safety and defense against radionuclides contamination in foods. To ensure WEAC's capability of executing the FDA's radionuclides program, the requested system is required to expand WEAC's gamma-ray analysis capacity and enhance WEAC's capability of analyzing certain radionuclides.

Salient Characteristics:

1. The spectrometer system shall interface with the current gamma analysis software used at WEAC (WEAC's gamma-ray spectrometer systems are operated with APEX software in conjunction with Genie 2K).
2. Energy range from 3keV to 3MeV.
3. Optimized detector efficiency in the 3keV to 662keV energy region.
4. Thin, stable entrance window to minimize low energy efficiency loss (e.g. 0.6 mm Carbon Composite window).
5. Full Width Half Max (FWHM) (i.e. resolution) of approximately 0.5keV at 5.9keV; 0.75keV at 122keV; and 2.2keV at 1332keV.
6. The Detector system shall be configured with geometry modeling, efficiency modeling, and calibration characterization.
7. A Preamplifier with 3 meter bias, high voltage inhibit, and signal and power cables.
8. Vertical Slimline dipstick cryostat (allows cooling of the detector via "cold finger").
9. The system shall have a liquid nitrogen recycling system for detector cooling.
10. Electronics Interface (Multi-channel analyzer) manufactured for signal processing and communication with software.
11. The system shall have a cable set necessary to connect the detector preamp with the multi-channel analyzer (preferably at least 10 ft in length).
Place of Performance:

The delivery address will be: HHS/FDA/ORA/WEAC, 109 Holton St., Winchester, MA 01890.

Period of Performance:

Thirty (30) days after contract award.

The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (JUL 2013), applies to this acquisition. The following addenda have been attached to the clause.

The following FAR and HHSAR clauses, incorporated by reference, and apply to this acquisition. FAR clauses and provisions can be obtained at HUhttps://acquisition.gov/far/index.htmlUH.

52.204-4, Printed or Copied Double-Sided on Recycled Paper (MAY 2011)
52.204-7, System for Award Management (JUL 2013)
FAR 52.232-18, Availability of Funds (APR 1984)
FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (Deviation) (AUG 2012)

The following HHSAR clauses apply and can be obtained at the following website: HUhttp://farsite.hill.af.mil/VFHHSAR1.htmU

352.202-1 Definitions (JAN 2006)
352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (JAN 2010)
352.223-70 Safety and Health (Jan 2006)
352.231-71 Pricing of Adjustments (JAN 2001)
352.242-71 Tobacco-Free Facilitates (JAN 2006)

The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the Contracting Officer's Representative (COR) specified at award. If the supplies or services are acceptable, the COR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COR shall document the nonconforming items/services and immediately notify the contracting officer.

The COR name will be provided at time of award.

The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the Statement of Work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance.

The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the contract; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor any costs incurred during the performance of this contract; or (5) otherwise change any terms and conditions of this contract.

Invoice Submission

The contractor shall submit one (1) original copy of the invoice to the address specified below:

FDA/OC/OA/OFO/OFS
Attn: Division of Payment Services
3900 NCTR Road, HFT-324
Building 50, 6th Floor, Suite 616
Jefferson, AR 72079

An electronic invoice can be emailed to the following address:
[email protected].

One copy to the Contracting Officer Representative (COR) or other program center/office designee clearly marked "courtesy copy only: (To be provided at time of award).

Questions relating to when payment will be received should be directed to the FDA payment office at the email below or at (870) 543-7446 or (870) 543-7042. [email protected].

The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (JUL 2013) applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: (b) 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-3 Alt IV, 52.225-13, and 52.232-33.

The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items (JUL 2013) applies to this solicitation.

Period for Acceptance of Offers: The offeror agrees to hold the prices firm through September 30, 2013.

The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) 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 quotes:

(i) Technical capability of the items/services offered to meet or exceed the Government's requirement.
(ii) Price

Technical is significantly more important when compared to price in determining the best value to the government.

Technical capability will be determined by review of information submitted by the offeror which shall provide sufficient technical information necessary for the Government to conclusively determine that the offered products and/or services meets the technical requirement identified above. Offerors may provide technical specifications, descriptive material, literature, brochures and other information which demonstrates the capabilities of the offeror.

The price proposed shall be detailed and represent the offeror's response to the schedule of supplies/services above. Understanding the possibility that only one vendor might respond with a quote, absent competitive pricing, Uofferors are encouraged to include a commercial price list with their quote.

The government is not responsible for locating or securing any information, which is not identified in the proposal however the Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government. Include the firms DUNS number with quote.

A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

The government reserves the right to make an award without discussions.

The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (JUL 2013), applies to this acquisition. An offeror should complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at HUhttp://orca.bpn.govUH.

The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice.

It is the offeror's responsibility to monitor the internet site for the release of an amendment to the combined synopsis/solicitation (if any).

Offerors that fail to complete the required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration.

All responsible sources may submit a quote, which if timely received, shall be considered. The quote shall reference solicitation number FDA-13-223-1119987. The quotes are due in person, by postal mail or email to the point of contact listed below on or before August 13, 2013, by 1600 hours (Central Standard Time in Jefferson, Arkansas) at the Food and Drug Administration, OA/OAGS/DAP, Attn: James "Scott" Rawls, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502.

For information regarding this solicitation, please contact James "Scott" Rawls at (870) 543-7540, fax (870) 543-7990 or email: [email protected].

Bid Protests Not Available

Similar Past Bids

Ora Indiana 25 Aug 2013 at 7 PM
Ora Indiana 06 Dec 2013 at 3 PM
Ora Indiana 28 Feb 2008 at 5 AM
Ora Indiana 06 Jul 2015 at 12 AM
Ora Indiana 31 Mar 2015 at 7 PM

Similar Opportunities