SOURCES SOUGHT
66 -- NUCLEAR MAGNETIC RESONANCE (NMR) SPECTROMETER - ORD CE # 17
- Notice Date
- 4/22/2003
- Notice Type
- Sources Sought
- Contracting Office
- Contracts Management Division 26 W. Martin Luther King Drive Cincinnati, OH 45268
- ZIP Code
- 45268
- Solicitation Number
- PR-CI-03-10612
- Archive Date
- 6/6/2003
- Point of Contact
- CHARLES D. MCCORMICK, Contract Specialist, Phone: 513/487-2047, E-Mail: mccormick.charles@epa.gov
- E-Mail Address
-
Email your questions to CHARLES D. MCCORMICK
(mccormick.charles@epa.gov)
- Description
- THIS IS A SOURCES SOUGHT SYNOPSIS FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. The Environmental Protection Agency?s (EPA) National Risk Management Laboratory, Sustainable Technologies Division is performing a market search to determine available commercial sources to provide, set-up, and install a 300 MHz Nuclear Magnetic Resonance (NMR) Spectrometer unit consisting of a magnet, probe, transmitter, amplifier, signal locking, signal filters, receiver, computer system, software for data analysis, and robotic sample handler, as detailed below: 1. Magnet: A superconducting, self-shielding (to restrict the fringe field) magnet with field strength of 7.04 Tesla to accomplish the generation of a 300 MHz spectrum. 2. Probe: A variable temperature multi nuclear and broadband switchable 5 mm probe. 3. Transmitter: A direct synthesis Rf System, preferably two channels where frequencies may be observed down to 6MHz; frequency resolution <0.005 Hz. Standard RF wave form memory per channel for pulse shaping of 1Mbyte on all RF channels. Frequencies may be set in 0.005Hz steps. 4. Amplifiers: High-band linear 150W amplifier and a low-band linear 50 W amplifier. 5. Receiver: A 16-bit digitizer with Digital Quadrature Detection (3dB bandwidth) with at least 22 MHz intermediate frequency and inverse capability. 6. Lock: A 2H internal lock with digital filed/frequency automatic (computer-controlled) locking capabilities. 7. Digital Shim Control: Orthogonal shim system with 20 shim gradients and low current and low heat dissipation design. 8. Filters: A digital filtration capability. 9. Computer System: The host computer must have an internal hard disk drive of 40 GB, a floppy disk drive of at least 1 MB, a high resolution color monitor of 18 inches dimension and shall have a Windows based operating software package for acquisition and processing of 1D, 2D and 3D NMR data, an option for Ethernet card attachment for networking capabilities or equivalent and NMR Encyclopedia that is dynamically linked directly to the acquisition software that can be viewed by a web browser. 10. Accessories: A robotic sample management system with controlling software for sequential automated analysis of up to 24 samples when data collection can proceed while the instrument is unattended; uninterruptible power supply system that can supply up to 6 kVa suitable for the use the console; liquid nitrogen and liquid helium for installation of 300 MHz magnet. 11. Installation: On site instrument installation and startup training with appropriate instrument operation, troubleshooting and maintenance manuals. This includes technical support and assistance to EPA researchers during the start up period and later in the use of the system. 12. Warranty: A limited warranty of one (1) year from the date of installation and performance testing inclusive of parts, labor, and on-site repair. Delivery Schedule: FOB Destination/NRMRL Cincinnati, OH. The successful contractor shall provide all necessary labor, materials, services, equipment and facilities necessary to complete delivery of these items under a fixed-price contract. The applicable NAICS code is 334516 with a size standard of 500 employees. ANY INTERESTED FIRM should submit a capability statement which demonstrates the firm?s ability to perform the key requirements described above under a fixed-price contract.
- Web Link
-
The Environmental Protection Agency
(http://www.epa.gov/oam/solicit)
- Record
- SN00309605-W 20030424/030422213848 (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 |