Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2003 FBO #0649
SOLICITATION NOTICE

66 -- OPEN TYPE MAGNET SYSTEM WITH AXIAL AND TRANSVERSE ACCESS

Notice Date
9/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung, and Blood Institute, Contracts Operations Branch 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PS-2003-125
 
Response Due
9/19/2003
 
Archive Date
10/4/2003
 
Point of Contact
Deborah Coulter, Purchasing Agent, Phone (301) 435-0366, Fax (301) 480-3345, - Debra Hawkins, Chief, Procurement Section, Phone (301) 435-0366, Fax (301) 480-3345,
 
E-Mail Address
dc143b@nih.gov, dh41g@nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR 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. The solicitation number is NHLBI -PS-2003-125, and is issued as a Request For Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2001-15. The North American Industry Classification (NAICS) Code is 334510 and the Employee Size is 500 for this requirement. This is a small business set-aside requirement. This acquisition is being conducted under simplified acquisition procedures. The National Heart, Lung, and Blood Institute intends to purchase the Resonance Research Inc., Magnet Systems which consists of a resistive dipole 4-cole magnet with an access gap between the 2 central coils and an additional opening for access on the Z axis direction. The magnet is powered by a matching power supply capable 400 gauss and sweep over a limited field range (approximately +/-10%). The central gap is equipped with an integrated set of flat gradients, designed for fast switching CW operation with high duty cycle and powered by a compatible gradient amplifier. The system will include a quantity of one (1) each of the following items: (1) Integrated gradient coil, Gradient Strength: 150mT/m inputs: 60A, 25V DC, 100V AC, Rise time 700 micro-seconds, Linearity: better than 5% on a 100 mm DSV, Duty cycle: 50%, Water cooled.; (2) Model # MXR-70/65, Magnet power supply; Linear pass, bank regulated , Stabilization: DCCT transformer, Outputs: 70 A, 65V, Stability: +/-3 PPM / 8 hours; (3) Model #BFM-T/150-400, Resistive dipole magnet with radial and transverse access, Field strength: 400 gauss, Dimensions: 500mm OD, 600mm height, Access gap dimensions: 120 mm on Z axis, 150 mm on Y axis, DSV: 100mm Inputs: 60A, 55 V Duty cycle: 100% Stability: +/-3 ppm/8 hours Water cooled; (4) Model #BFH-3/60-150P, Gradient amplifier, 3 axis, 60 A per channel, 150 V Duty cycle: 100%, Rise: 250 micro-seconds (load dependent); (5) Model #BFM-OC, Magnet and gradient real time digital control system provides control for magnet sweeping and gradient amplifier programming; (6) Model #Installation, Installation of items described in the synopsis, and (7) manufacture standard warranty. The provisions of FAR Clause 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The provisions of FAR Clause 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The Evaluation procedure is based upon the product to be purchased and delivered. The award will be made to the lowest priced, technically acceptable quote meeting the Government’s requirements. The quoter must submit an itemized price list. The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the initial offer should contain the offeror’s best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action and waive informalities and minor irregularities in offers received. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The addenda to the clause read as follows: The offeror must include in their quotation, the unit price, the list price, shipping & handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation For Simplified Acquisitions, applies to this acquisition. The clauses are available in full text at http://www.arnet.gov/far . Interested vendors capable of furnishing the government with the items specified in this synopsis should submit two (2) copies of a quotation to the below address. The quotation must reference “Solicitation number” NHLBI-PS-2003-125. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Heart, Lung, and Blood Institute, Contracts Operations Branch, Procurement Section, 6701 Rockledge Drive, Bethesda, MD 20814-7902, Attention: Deborah Coulter. Fax quotations will only be accepted if dated and signed by an authorized company representative.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/HHS/NIH/NHLBI/NHLBI-PS-2003-125/listing.html)
 
Record
SN00428124-F 20030907/030905221200 (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.