Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2010 FBO #3186
SOLICITATION NOTICE

66 -- Upgrade of Avance III 800 & 600 MHz NMR Spectrometer Consoles & Cryocool Unit

Notice Date
8/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
National Institutes of HealthNational Library of Medicine6707 Democracy Blvd./Rm. 770BBethesdaMD20817
 
ZIP Code
20817
 
Solicitation Number
NIHLM2010071
 
Response Due
8/27/2010
 
Archive Date
9/26/2010
 
Point of Contact
JOSEPHOWITZ, LISA S +1 301 594 7725, josephol@mail.nih.gov
 
E-Mail Address
JOSEPHOWITZ, LISA S
(josephol@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NIHLM2010071 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 2005-43. The North American Industry Classification (NAICS) Code is 334516 and the size standard is 500 employees. This solicitation is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH) National Library of Medicine (NLM), NIDDK Acquisitions Branch would like to procure an upgrade of the Avance III 800 & 600 MHz NMR Spectrometer Consoles and Cryocool unit. The consoles are integral parts of sophisticated cryogenic probes, cryogenically cooled preamplifiers and gradient-correction hardware all controlled by the electronics and software of the console. The mandatory specifications for the 600 and 800 MHz NMR spectrometer console upgrades are as follows:. Delivery and installation of all purchased equipment shall be included in the purchase. Installation shall include standard sensitivity, stability, and amplifier linearity testing on all four radio frequency channels, as well as optimization of gradient recovery parameters, and gradient shimming capability. 1The spectrometer software and operation shall be fully compatible with other AvanceIII NMR spectrometers, including the 900 MHz spectrometer operational in Bldg 6, and six other AvanceIII systems. 2The hardware configuration shall be the same as those used on the existing Avance III NMR spectrometers that are currently operational, including four radiofrequency channels. 3The system shall be fully compatible with all existing NMR probes and preamplifiers.4The spectrometer shall provide a minimum of four frequency channels together with the capability of producing different asynchronous or synchronous composite pulse decoupling and different shaped pulses on all five of these channels simultaneously and independently. The composite pulse decoupling schemes shall be freely programmable by the user and include the option for pulse shaping of the individual elements of the composite pulses. All four channels shall have identical specifications at low rf power levels, except that only two channels require operation over the frequency range for 19H and 1H, and a minimum of three channels shall operate over the frequency range for all other nuclei. 5. The console shall be equipped with hardware and software for mapping the magnetic field profile within the sample in three orthogonal dimensions on room-temperature TXI and cryogenic TCI resonance probes, and include software for making the required homogeneity adjustments under computer control. The spectrometer also shall include the capability to automatically adjust the homogeneity of the magnetic field during the course of multi-hour experiments that include pulsed field gradients, without interruption of the actual experiments or having any other noticeable effect on the acquisition process. 6. The console electronics shall be capable of 0.01 degrees phase resolution, 0.005 Hz frequency resolution and a 90 dB attenuation range on all five channels. The RF phase shall vary by no more than 3 over an attenuation range of 50 dB from full power. Rectangular pulses generated with the pulse shaping unit shall have phases and power levels indistinguishable from regular pulses specified to be at the same numerical attenuation setting.' 7. The console shall be able to pulse and observe 2H nuclei without physically recabling the console. 8. The console shall be capable of tuning IH, 15N, 13C and X channels of the TCI and cryogenic TXI probes without recabling the system. 9. The long-term pulse amplitude stability on all channels shall be better than +/-1 % and phase stability shall be better than +/-1 as measured over a 24 h period in a room where the temperature changes by less than 1.5 C. This stability is measured from the relative difference between ID spectra, recorded with a 30 flip angle pulse, at various times during a 24 h period. 10. The console electronics shall permit application of user defmed shaped pulses to operate independently on each of the five available channels. The shaped pulses shall allow a minimum of 16000 user-definable elements within a single pulse shape. The dynamic range of each channel for shaped pulses must be at least 80 dB total range, with 0.1 dB resolution. 11. Each system shall be capable of independent and simultaneous control over amplitude, frequency, phase and duration of pulses for all five frequency channels and over internal real-time clock pulses for triggering of external devices. 12. The console shall be equipped with a digitizer of at least 16 bits allowing simultaneous sampling of the quadrature receiver channels for spectral widths of up to at least I MHz. The system shall also be capable of oversampling and digital filtering of the NMR audio signal. In addition, no DC offset correction in the time domain shall be required on data acquired with a single scan, independent of receiver gain setting. 13. The console shall provide access to at least 8 TTL lines that can be addressed by the pulse program for external device control, and are not dedicated to other spectrometer functions. 14. The system shall be equipped with a pulse program controlled pulsed field gradient power supply, capable of generating a field gradient along the z axis with a strength of at least 50 G/cm and at least 45 G/cm in the x and y directions, for 5 mm probeheads. The recovery of the magnetic field and its homogeneity shall be such that a signal acquired 200 us after a rectangular 1 ms gradient applied simultaneously in the x, y, and z directions at 25 G/cm in each direction, (z direction only for cryogenic probeheads) differs by less than 3% from that acquired without the preceding gradient pulse. This shall be measured for a sample of 2 mM sucrose in D20 solution, using 1 Hz exponential line broadening and identical phasing by direct subtraction of the spectra acquired with and without gradients. 15. Before high-power amplification, pulse rise and fall times shall be <50 ns, measured between 10% and 90% amplitude levels. Fast power switching (less than 500 ns) on the system shall be provided on all five of the channels, regardless whether the preceding pulse is shaped or rectangular. 16. The system shall have the capability of decoupling the 2H signals without recabling, and full control over RF phase, power and pulse shaping must be available in a manner identical to all other channels. 17. The system shall be equipped with a variable temperature control unit capable of providing less than O.OIC sample temperature variation per 1C room temperature change. The sample temperature control, using the pulsed field gradient quadruple resonance 5-mm probehead shall operate over a range of 5C to 60 C with setting and control being independent of room temperature, without the requirement of external cooling substances such as liquid nitrogen or dry ice, on both regular and cryogenic probeheads. The system shall be capable of operating in the variable temperature mode using dried air (with a dewpoint of -70 F and pressure, 80 psi, 3 cfm) and meet all the above listed performance specifications. The sample temperature shall be adjustable in 0.1c increments. Sample temperature shall have reached its set temperature to within 0.2C within 3 minutes of initiating a 20C temperature change, and remain within +1-0.3C for a period of at least 24 h, with room temperature variations not to exceed +1-1.5C. The sample temperature of a salt free aqueous solution shall not change by more than 1C from the set temperature when applying 13C decoupling with a 5 kHz field strength for 50 ms each second (i.e. a 5% duty cycle). All specifications listed above and below shall be met at the variable temperature air flow rate needed to meet these temperature specifications. 18. The dynamic range on the system shall be at least 60,000: 1 as measured for a 90 IH pulse by a SIN of at least 60:1 on a t-butanol peak in a 1110,000 IH molar ratio to water. No spurious resonances shall be larger than 1/2000 times the largest resonance in the spectrum when operating in locked mode. 19. The console shall be equipped with ethernet TCP-IP capability. 20. The system shall start simple one-dimensional pulse programs within 5 seconds after receiving the keyboard command. The system shall start any other pulse program within 10 seconds after receiving the keyboard command. The system shall have the capability to view the acquired, digitized NMR signal on the screen in real time, while the experiment is in operation. 21. The system shall be equipped with at least 2S0 Gigabyte of storage. 22. The experimental excitation profile of a I-ms G3 shaped pulse, generated by the pulse shaping unit on the system shall be within a factor of 1.S of the theoretical profile, over an offset range of at least +/-10 kHz on both 1 Hand 13C channels. 23. The system shall be equipped with a SCSI interface for control of up to at least 8 external devices. 24. The system shall have the capability of processing and analyzing data from a previous experiment while simultaneously acquiring data for a new experiment. This shall hold true for both one-and multi-dimensional experiments, up to four dimensions. 25. The host computer system shall operate under the LINUX operating system and provide standard utilities, TCP/IP network tools, and availability of a C compiler. Additional copies of the NMR acquisition and processing software shall be provided to ensure that all existing LCP NMR spectrometers make use of the same software, corresponding to the most up to date version of the software produced by the vendor. 26. The vendor shall take full responsibility for the entire system. 27. Any glitch levels shall fall below the SIN threshold for the system on the QXI probe, for direct observation of IH, I3C or 31p, in the presence of simultaneous moderate power levels broad-band decoupling I3C (S kHz RF), 15N (1 kHz RF) and 31 p (1 kHz RF; only for 600 MHz systems equipped with QXP probe) on the notobserved channel. 28. The replacement cryo-cooling unit controlling the cryoprobe shall be fully compatible with existing hardware, including pumps, control software, and cryogenic probe currently installed on the 600 MHz spectrometer. It shall be subject to periodic maintenance less than once per year when running in a continuous mode of operation. 29. The spectrometer consoles, the cryo-cooling unit, and all electronics shall be covered under full parts and labor hardware and software warranty for a period of one year. The contract will be awarded to the responsible offeror whose offer fully meets the requirements of the solicitation, provides the best value, with price and technical factors equally important in award evaluation. The offeror must include a completed copy of the following provisions: FAR Clause 52.212-1 Instructions to Offerors Commercial; As stated in FAR Clause 52.212-2 (a), The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Evaluation, Price, and Past Performance. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. This notice of intent is not a request for competitive quotations however; all responses received within 15 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. Vendors must submit a listing of the most recent contracts/awards (minimum of 3) in which similar apparatus or equipment was purchased. Contracts/awards may include those entered within the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1.Name of Contracting Organization,2.Contract Number (for subcontracts provide the prime contract number and the subcontract number,3.Contract Type,4.Total Contract Value, 5.Description of Requirement to include Statement of Work,6.Contracting Officers Name and Telephone Number, and7.Program Managers Name and Telephone Number. * If past performance questionnaire is available, please submit. This notice of intent is not a request for competitive quotations however; all responses received within 15 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, the unit price, the list price, shipping and 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 clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due fifteen (15) calendar days from the publication date of this synopsis on August 27, 2010. The quotation must reference Solicitation number NIHLM2010071. 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 Library of Medicine, NIDDK Acquisitions Office, 6707 Democracy Blvd., Room 770B, Bethesda, Maryland 20817, Attention: Lisa Josephowitz. Faxed copies will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIHLM2010071/listing.html)
 
Record
SN02239833-W 20100815/100813235248-89a8316bf753ad972691eb27118e3210 (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.