Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2009 FBO #2803
SOLICITATION NOTICE

66 -- 100 MHz NMR Spectrometer

Notice Date
7/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-09-RQ-0483
 
Archive Date
8/22/2009
 
Point of Contact
Joni L Laster, Phone: 301-975-8397, Mary Alice Powe, Phone: 301-975-8567
 
E-Mail Address
joni.laster@nist.gov, maryalice.powe@nist.gov
(joni.laster@nist.gov, maryalice.powe@nist.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-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-33 Effective June 15, 2009. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees and only small businesses shall be considered for award as this requirement is set-aside 100% for small business. In accordance with the non-manufacturer rule, the manufacturer and distributor of these supplies must be a small business in accordance with the NAICS code identified. For size purposes, there can be only one manufacturer of the end item being acquired. The manufacturer is the concern which, with its own facilities, performs the primary activities in transforming inorganic or organic substances, including the assembly of parts and components, into the end item being acquired. The end item must possess characteristics which, as a result of mechanical, chemical or human action, it did not possess before the original substances, parts or components were assembled or transformed. The end item may be finished and ready for utilization or consumption, or it may be semi-finished as a raw material to be used in further manufacturing. Firms which perform only minimal operations upon the item being procured do not qualify as manufacturers of the end item. The National Institute of Standards and Technology has a requirement for upgraded components of the current solid-state nuclear magnetic resonance (ssNMR) spectroscopy facility, currently located in the Polymers Division of the Materials Science and Engineering Laboratory. The Polymers Division currently houses two NMR spectrometers; a 300 MHz NMR spectrometer (10 years old), and a 100 MHz spectrometer (22 years old). The equipment requirements identified herein are upgrades of the 100 MHz NMR spectrometer, and should not be thought of as stand-alone equipment, but rather as components of an existing system. Therefore, the performances to be met by the required equipment reflected herein must equal or better the existing equipment and must meet or exceed the additional requirements specified herein. The main purpose of the source is to enable multidimensional NMR experiments to be performed on polymers and polymer blends for studies of molecular structure, relaxation, and morphology. NIST envisions performing 1H-13C heteronuclear correlation NMR experiments, which depend on fast frequency- and phase-switching in order to achieve proper resolution in the 1H dimension. Currently, the 100 MHz NMR spectrometer is comprised of a 2.4T superconducting magnet from Nalorac (125mm room temperature bore), a Libra console from Tecmag, Sciteq frequency synthesizers, amplifiers from ENI and Amplifier Research, and a sample probe constructed in-house. With this setup, on a 330 mg standard solid sample of adamantane (coil filling factor ~0.73) when using a 6 kHz Butterworth filter, we attain a 1H-decoupled 13C NMR spectrum with a signal/noise ratio of 260:1 in 16 scans with 7 Hz baseline resolution when using the 1H-13C cross polarization sequence ( = 66 kHz, = 62 kHz) and cw 1H decoupling (65 kHz for 200 ms) while magic angle spinning at 4 kHz with a 5 sec. repetition time. The spectrometer to be purchased should produce spectra with specifications no worse than these. All interested Contractors shall provide a quote for the following line items: Line Item 0001: Quantity 1, Spectrometer that shall meet or exceed the following minimum specifications: (1) A completely integrated system with components that meet the following requirements: •two independent radiofrequency transmitters (0.1 to 100 MHz frequency ranges) with fast phase switching (100 ns), fast frequency switching (250 ns) over an intermediate frequency range (20 MHz), and a minimum of 1 V output with rf output amplitude instability (or droop) <0.3% of mean amplitude over 200ms •an independent digital receiver with >85 dB of gain capable of fast digital detection (<100 ns); •signal-averager memory capable of acquiring multi-dimensional NMR spectra (>128 Mbyte of memory) from the above components at a sufficient rate to adequately process all signals • a computer work station with data collection and analysis software fast enough (>2 GHz processor) and with enough RAM (>2 Gbyte) for processing and comparing multiple one- and two-dimensional NMR spectra (Fourier transform, etc.) (2) Produce spectra with specifications better than or equal to the existing system as defined above. Warranty: The vendor shall provide a minimum warranty period of one year. Contractor shall state the warranty coverage provided for the equipment. Delivery shall be no later than 90 days after receipt of an order and be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIST, Building 301, Gaithersburg, MD 20899. Evaluation Criteria : Award shall be made to the Contractor whose quote offers the best value to the Government. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor “Meeting or Exceeding the Requirement,” and 2) Price. Technical capability and price shall be of equal importance. Should all quotations be rated technically equivalent, price shall be the determining factor. Technical Capability: Technical capability shall be evaluated to determine the capabilities of the proposed equipment to meet or exceed the minimum required specifications as stated herein. Product literature shall be evaluated to determine that the proposed equipment will meet or exceed all of the Governments required minimum specifications as reflected herein. The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions—Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs: 52.219-28 Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor – Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-3 Buy American Act – Free Trade Agreements – Israeli Trade Act w/ALT II 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all of the above line items; 2) An original and one (1) copy of the technical description and/or product literature which shall clearly demonstrate that the quote meets or exceeds all of the Governments minimum required specifications; 3) Description of commercial warranty, and 4) a copy of the current published price list. This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation. All quotes shall be received not later than 3:00 PM local time, on August 7, 2009 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Joni Laster. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Joni L. Laster) @ joni.laster@nist.gov. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-8397. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. E-mail quotes ARE acceptable. Fax quotes will NOT be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-09-RQ-0483/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01890389-W 20090730/090729000459-664e3b9942ecd62fb4ed112f57e76f9d (fbodaily.com)
 
Source
FedBizOpps 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.