Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2012 FBO #3886
SOLICITATION NOTICE

66 -- Q-BAND TRAVELING WAVE TUBE AMPLIFIER

Notice Date
7/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W, 6707 Democracy Blvd., MSC 5455, Bethesda, Maryland, 20892-5455
 
ZIP Code
20892-5455
 
Solicitation Number
MIHLM2012397
 
Archive Date
8/11/2012
 
Point of Contact
V. Lynn Griffin, , MAXWELL KIMPSON,
 
E-Mail Address
griffinv@mail.nih.gov, Max.Kimpson@nih.gov
(griffinv@mail.nih.gov, Max.Kimpson@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 NIHLM2012397 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 2005-58. The North American Industry Classification (NAICS) Code is 334516 with a size standard of 500 employees. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Institute of Digestive, Diabetes & Kidney Diseases (NIDDK) has a requirement to procure Brand Name or Equal to Bruker Biospin B8637430 E 580FTQ-1035 150W Q-Band Traveling Wave Tube Amplifier with the following specifications: Operating frequency 33 to 36 GHz minimum at a nominal power output of 150 watts peak, minimum and 180 watts, nominal Duty cycle up to 25 %, Maximum Included options are so lid-state, driver amplifier for 0 dBm input, forward and reverse RF sample ports, input RF isolator, and output VSWR protection. 8 8637440 E 580FTQ-1 040 SSA I OW Q-Band Amplifier (Amplifier previously delivered to NIH) Total price including return /exchange credit -Quotation shall provide a financial breakdown of the equipment/parts and labor including maintenance service cost/proce. NOTE: The on-site SuperQFT-U microwave bridge will be exchanged for a SuperQFT-U microwave bridge modified to accommodate the high power of the 150W TWT A. Mandatory Requirements: In the context of DEER measurements the availability of a 150 W amplifier will afford an increase in signal-to-noise by a factor of 3-5, which extends the range over which accurate quantitative distance measurements between nitroxide spin labels can be made to about 75 Å. With the current 10 W Q-band amplifier, the shortest  ELDOR pulse for DEER experiments is 22 ns. However, the pump frequency has to be detuned from this optimum to get sufficient bandwidth to perform the DEER experiment, resulting in  pulses of 24-28 ns. With the 150 W amplifier, on the other hand, PELDOR  pulses of 8-12 ns can readily be attained, which will yield much stronger signal intensities, thereby permitting quantitative evaluation of much longer distances, as well as the detection of distance distributions arising from sparsely-populated states. Such states play a key role in conformational selection, ligand binding, allostery and assembly. The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors - Commercial items; 2) FAR Clause 52.212-2, Evaluation - Commercial Items. 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 advantageous to the Government, price and other factors considered. The following factors will be used equally to evaluate offers: Technical Evaluation, Price, and Past Performance. The contract type is Firm Fixed Price. The select will be made on a Best Value basis with Technical Approach being the most important factor. Note: Past Performance Information: Vendors must submit a listing of the most recent contracts/awards (minimum of 3) which demonstrate similar work in nature to this Solicitation. Contracts/awards may include those entered with 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 6. Contracting Officer's Name and Telephone Number 7. Program Manager's Name and Telephone Number 3) FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; 5) FAR Clause 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions. The Dun and Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN) and the certification of business size shall be included. The clauses are available in full text at http://www.arnet.gov/far. PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) http://www.ccr.gov Interested vendors capable of providing the Government with the items 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 July 27, 2012 at 11:00 a.m. EST. Offersors shall provide an original and two copies of your quotation. The quotation must reference Solicitation number MIHLM2012397. 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 Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 700W, Bethesda, Maryland 20892, Attention: V. Lynn Griffin. Faxed copies will not be accepted. Confidentiality - No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/MIHLM2012397/listing.html)
 
Record
SN02803395-W 20120715/120714000224-176b18febc8d49e8e05a4ee8ddad43e4 (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.