Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2012 FBO #3906
SOURCES SOUGHT

66 -- NMR Probe

Notice Date
8/2/2012
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Health Library, Bldg. 10, Room 1L25A, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
NIHLM2012459
 
Archive Date
9/1/2012
 
Point of Contact
Sonya Owens-Cobblah, Phone: (301) 594-4666, Maxwell Kimpson, Phone: (301) 435-4380
 
E-Mail Address
owenscobblahs@mail.nih.gov, kimpsonm@nlm.nih.gov
(owenscobblahs@mail.nih.gov, kimpsonm@nlm.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Institutes of Health (NIH), National Library of Medicine (NLM), on behalf of the National Institute of Diabetes and Digestive Diseases (NIDDK) is conducting a market survey to determine the availability and technical capability of qualified small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses or HUB Zone small businesses that can provide an NMR probe for structural studies of viral capsids and other systems by solid state NMR methods at 750 MHz proton frequency. The Solid State NMR Probe: (1) The probe must include three rf channels, tuned to the NMR frequencies of 1H, 13C, and 15N nuclei in a 17. 6 T magnetic field. (2) The probe must be capable of magic- angle sample spinning at rates of at least 20 kHz with +/ - 10 Hz stability. (3) Maximum sample volumes in the MAS rotors must be at least 40 Microliters (4) Rf field strengths must be at least 85 kHz on the lH channel for 40 ms, at least 65 kHz on the 13C channel for 10 ms, and at least 40 kHz on the 15N channel for 10 ms. It must be possible to achieve these field strengths with 100 watts on the lH channel, 200 watts on the 13C channel, and 300 watts on the 15N channel. (5) The probe must include an rf coil design that minimizes electrical heating of biological samples during rf irradiation. In particular, a protein sample containing 50% by weight aqueous buffer with 100 mM NaCl in a full rotor must not be heated above 35 C by 85 kHz lH decoupling for 30 ms, when spinning at 17 kHz, and using nitrogen gas at - 10 C to cool the sample. This request is for interested firms with the capability of providing the items listed above and to submit a capability statement along with projected pricing, to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. The intended procurement will be classified under North American Industrial Classification (NAICS) code 334510 with a size standard of 500 employees. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e., small/large) and DUNS number. All respondents are requested to identify their firm's size and type of business. Interested firms responding to this market survey must provide (a) capability statement demonstrating their experience, skills and capability to fulfill the Government's requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed 10 pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement, not to exceed 10 pages, should include references. A copy of the capability statement must be received at the address identified in this synopsis by no later than close of business (4:30 pm local time at designated location) on August 17, 2012. Responses by fax or e-mail WILL BE ACCEPTED. This announcement is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. DISCLAIMER AND IMPORTANT NOTES: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. 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/NIHL/NIHLM2012459/listing.html)
 
Place of Performance
Address: NIH, 9000 Rockville Pike, Bethesda, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN02825402-W 20120804/120803001108-6b530667a13ff3eb0f4b10eeb933fd7c (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.