Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2003 FBO #0432
SOURCES SOUGHT

66 -- Bruker Biospin NMR Spectrometer

Notice Date
2/5/2003
 
Notice Type
Sources Sought
 
Contracting Office
ACA, United States Military Academy, Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place, West Point, NY 10996-1514
 
ZIP Code
10996-1514
 
Solicitation Number
DABJ45-03-SPECTRO
 
Archive Date
4/11/2003
 
Point of Contact
Linda Napolitano, 8459388173
 
E-Mail Address
Email your questions to ACA, United States Military Academy
(Linda.Napolitano@usma.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This posting constitutes the U. S. Military Academy notice of intent to negotiate on a sole source basis with Bruker Biospin, 19 Fortune Drive Manning Park, Billerica, MA 01821-3991for a Bruker Biospin nuclear magnetic resonance (NMR) spectrometer. This n otice of intent is not a request for quotation or a solicitation of offers. In addition to providing notice of sole source intent, the purpose of this synopsis is to assist in determining if there are any other companies and product other than Bruker Biosp in capable of meeting this requirement. Interested parties are requested to identify their interest and submit the capabilities and qualifications of their instrument in meeting the specifications and salient characteristics in writing to the designated r epresentative. Responses may be supported by product literature. The applicable NAICS code is 334516. The small business size standard is 500 employees. See Numbered Note 22. Insert 5 days in lieu of 45 days in note 22. Responses to this notice must be received within five (5) calendar days of the date of this notice via email to Linda.Napolitano@usma.edu A determination by the Government not to compete this requirement, upon receipt of response to this notice, is solely within the discretion of the Government. The requirements include facility limitations, salient characteristics, and optional items. Facility limitations require that the NMR magnet and electronics system cannot be greater than 8 feet 9 inches. This height limitation includes the h eight necessary for use of the cryogen transfer tube and any other accessories. In order to minimize interference with other instrumentation in the laboratory, the 0.5 Gauss line is to be less than or equal to 1.5 m spherically from the center of the magn et. In addition to meeting the facility requirement, the stated ?brand name or equal? specifications and salient characteristics are required. Bruker Biospin Avance 300 high performance digital NMR system or equivalent with the following features and/or salient characteristics. (1) The entire system must be controlled by a MS Windows (2000 or XP) compatible computer system, capable of full integration into existing USMA local area network. (2) An actively shielded superconducting magnet system with a to p-loading 5.4cm bore and operating field strength capable of at least 7.0 Tesla. (3) A broadband continuously tunable probe that is capable of irradiation frequencies with the range of 15N to 31P, including 1H and 13C, and is capable of tunable broadband d ecoupling at irradiation frequencies for at least 19F, 1H, and 2H. (4) Deuterium gradient shimming capability for automated and assisted homogenizing of the magnetic field. (5) An extended hold time Dewar capable of helium (He) storage of 6 months and liq uid nitrogen (LN2) storage of at least 11 days. Available options for the required system, which are subject to the availability of funds, are: (1) The ability to obtain pulsed field gradient diffusion measurements. (2) The probes and controls necessary to obtain double resonance CP-MAS NMR spectra samples in the solid phase. (3) A variable temperature controller capable of regulating sample temperatures in the probe between ?150 to +180? C. (4) An optional actively shielded superconducting magnet system with a top-loading wide bore (8.9 cm bore) and operating field strength c apable of at least 7.0 Tesla. Training courses in use of the system as well as standard commercial warranty to be provided. Delivery shall be f.o.b. destination.
 
Place of Performance
Address: ACA, United States Military Academy Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place West Point NY
Zip Code: 10996-1514
Country: US
 
Record
SN00253685-W 20030207/030205213608 (fbodaily.com)
 
Source
FedBizOpps.gov 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.