Contracting Office Address
Department of Health and Human Services,
Office of Acquisition and Grants Services (OAGS)
4041 Powder Mill Road, Beltsville, MD 20705.
Description:
(i)This is a Combined/Synopsis Solicitation for Commercial Items prepared in accordance with the format in FAR Part 12, as supplemented with additional information included in this notice. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR Part 13.
(ii)The solicitation number is: 1240488
(iii)The Solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2021-05, March 10, 2021.
(iv)This is a firm fixed price requirement. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516. This procurement will be for a small business set aside. Vendors must be registered in the System for Award Management (SAM) prior to the award of a contract. You may register by going to www.sam.gov
(v)
The FDA Winchester Engineering and Analytical Center (WEAC) is responsible for analyzing regulated products for radioactive contaminants and samples for routine surveillance and radiological or nuclear emergencies. WEAC has a Nuclear Regulatory Commission License which requires a radiation safety program to ensures the safety of the workers processing products containing and conducting research involving radioactive material.
A critical aspect of the program is analyzing work areas for removable contamination. Because WEAC is licensed to handle a broad range of radionuclides, the only efficient way to achieve these surveys is by using a high throughput extra low background Liquid Scintillation Counter. Additionally, this unit will support Saxitoxin Method Development at the Northeast Food and Feed Laboratory (NFFL) and the Pacific Northwest Laboratory (PNL). Furthermore, this instrument will be used to conduct ORA-wide contamination surveys of Ion Mobility Spectrometers and Electron Capture Detectors.
In addition to Radiation safety this instrument will also be used as backup for WEAC analysis associated with FDA Food Safety Compliance Programs 7304.019 and 7304.839
Continuing technical support and maintenance from instrument manufacturer are essential for carrying out routine operation. However, our current instrument is over 20 years old and has become obsolete due to new developments in liquid scintillation counting technology. The instrument manufacturer has announced that no additional technical support and maintenance will be provided for our current model. Our Current model has recently shown an efficiency reduction, resulting in longer sample turnover times.
Objectives
The objectives for the contractor are to:
Scope
The requested LSC counter shall be provided as off-the-shelf product without the needs for additional post-installation research, development, and validation. It shall have all necessary hardware, accessories, and software for discriminative analysis of alpha and beta radionuclides.
Minimum Technical Specifications
At a minimum, the LSC counter shall meet or exceed the following salient characteristics:
• Must include an electrostatic controller to reduce sample static charge
Include easy-to-use software for allowing user to perform sample spectral analysis
Shipping, Installation, and Warranty
Essential Accessories
Deliverables
Deliverable
Description
Quantity
Date Completed
Installation of liquid scintillation counter
At time of service
Test and verification of full system functionality
At time of service
Online training on basic instrument operation
At time of service
Trade and Service Specifications
The components and/or equipment shall be a newly manufactured, not used and refurbished, or previously used for demonstration.
FOB Point destination to include inside delivery and clean-up of area after installation.
The entire system shall be warranted for parts and labor for a minimum of 1 year from date of formal government acceptance. The warranty must include unlimited telephone/e-mail support for questions regarding operation.
One-year technical assistance and preventative maintenance shall be included.
Offered systems shall be a turn-key solution, i.e. the contractor shall be responsible for providing all hardware, components, and software. The products shall be fit for intended purpose.
The systems shall be delivered with all necessary supplies and accessories required for installation and start-up.
The vendor shall demonstrate upon installation that the system meets or exceeds all performance
specifications which have been included in the vendor’s response and/or used are evaluation
criteria for award. The instrument shall not be accepted until those performance specifications have been met.
No subcontractors or other personnel not employed by the offeror shall be utilized for instrument service.
Onsite training on basic operations and familiarization of the installed LSC counter for sample analysis shall be provided to at least one operator.
All service costs, i.e., software, labor, freight, and travel, must be included.
(vi)Delivery schedule.
Security
Check in with security at front entrance.
Delivery Location
Delivery must be coordinated with ORA/WEAC at least 48 hours in advance:
U. S. FDA Winchester Engineering and Analytical Center Attn: POC to be identified at time of award
109 Holton Street Winchester, MA 01890 USA
(vii)The period of performance: The planned Period of Performance is from
Period of Performance: the date of contract award execution and continues for one year (or longer depending on how long the OEM offered warranty period is) from the date of formal government acceptance. Instrument to be delivered no later than June 15, 2021
The provision at FAR 52.212-1 Instructions to Offerors- Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None.
(viii)The government is not responsible for locating or securing any information, which is not identified in the submission. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the government to determine whether the product meets their requirements.
(ix)Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items with its offer.
(x)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.
(xi)The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-1, 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.acquisition.gov.
(xii)A standard commercial warranty is not required.
(xiii)The Defense Priorities and Allocations System and assigned rating are not applicable to this solicitation notice.
(xiv)This announcement constitutes the only solicitation that will be issued. Offers are due, by e-mail, on or before May 18, 2021 by 3:00 pm (Eastern Time). E-mail [email protected]