Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2014 FBO #4648
SOLICITATION NOTICE

66 -- AVANCE III HD(TM) 700 HIGH PERFORMANCE DIGITAL NMR SPECTROMETER - SOW

Notice Date
8/14/2014
 
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
NIHLM2014224
 
Archive Date
8/21/2014
 
Point of Contact
V. Lynn Griffin, Fax: 301-480-8501, 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
NIHLM2014224 - ATTACHMENT ONE STATEMENT OF WORK NIHLM2014224 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 NIHLM2014224 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 2005-72. The North American Industry Classification (NAICS) Code is 334516 with a size standard of 500. 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 Bio-Spin AVANCE III I-ID TM 700 HIGH PERFORMANCE DIGITAL NMR SPECTROMETER with the following specifications: MAGNET/SHIM/LOCK SYSTEM: Compact ASCEND TM Superconducting Magnet System with 5.4 cm bore, (operation field at 16.4416 Tesla) including helium and nitrogen level sensors and magnet stand. Advanced magnet design for very significant reduction of the stray field and reduced cryogen consumption. Incorporates advanced External Disturbance Suppression (EDS TM ) for dramatic reduction of magnetic field perturbations from sources such as subways and electric trains. Magnet pressure and temperature stabilization system. Bruker Smart Magnet System (BSMS TM ) shim and 2G DigiLock TM control, including Digital Frequency Generation, Digital Quadrature Receiver, computer-controlled lock regulation system and ultra-stable, low current noise Shim Control Boards (SCBs). Bruker Orthogonal Shim System (BOSS TM -3) with 36 low current and low heat dissipation gradient shims. BST (Bruker Sample Transport) upper shim stack. Enables high flow rates for VT gas and includes integral sensors for communication with theBSMS. Set of magnet vibration isolation posts, for reduction of the severe effects of strong floor vibrations. Helium transfer line. STAINLESS STEEL RF CABINET : Two-Bay, 19" rack mounted cabinet with rf shielding and full front access to all sub-assemblies and cabling. AMPLIFIERS & RECEIVER: Enhanced 2G Digital Quadrature Detection Receiver (RXAD/2) with integrated high performance ADCs. Provides very high dynamic range, high digital resolution and large bandwith digital filtering. BLAXH2H500/100/250 transmitter system, including: 1H, 19F transmitter for observe and homo/heteronuclear decoupling, I 00 Watt pulse power with 25 Watt CW, all operations under computer control, X-frequency (6-365 MHz) broadband transmitter system for Xfrequency observe and decoupling; for both CW and high power pulse operations; 500 Watt pulse power with 30 Watt linear CW, all operations under computer control, 2H transmitter for decoupling and gradient shimming, 250 Watt pulse power, all operations under computer control. BLAX500 linear broadband amplifier for X-nucleus pulse and decouple with ultra-fast blanking and rise/fall times; 500 Watt linear pulse power, 30 Watt linear CW, all operations under computer control. FREQUENCY GENERATION, DIGITAL CONTROL & ACQUISITION Timing Controller provides exact timing and full flexibility in data acquisition with 12.5 nsec timing resolution Enhanced RF generation including Signal Generation Unit (SGU/3) for 4 channels, for generation of phase, amplitude, and frequency using Direct Digital Synthesis (DDS) covering a frequency range from 6 to l,OOOMHz. Provides <0.01° phase settability and <0.005 Hz frequency resolution. Digital up conversion at 960MHz. Includes high performance wave form memory for programming of experimental sequences including ultra-fast pulse programming, pulse shaping and composite pulse decoupling executable synchronously or asynchronously. Gradient Controller for simultaneous control of up to three magnetic field gradients with real time generation of gradient shapes. Requires Gradient Amplifier. Digital Receiver Unit (DRU TM ) with integrated high performance digital filters and Digital Quadrature Detection (DQD TM ) that virtually eliminates quad images and spikes and 60 Hz interference in experiments for large sweep widths. PRE-AMPLIFIERS: Multilink TM HPPR/2 preamplifier, including: HPLNA 1H/19F preamplifier; 21-I preamplifier (for lock and 2D observe); HPLNA X-BB preamplifier; 13C preamplifier; 15N preamplifier; Control unit with touch screen graphical display; Built-in tune/match display Linux workstation with the following configuration: Intel Dual Core TM 2.53Gl:-Iz Processor and 16 GB memory. A 24 inch Flat Panel monitor; 1TB Hard Drive; 16X max DVD±RW/CD-RW drive; 2 X LAN I 0/100/1000 ethernet adapters; 104+ Keyboard; Scrolling Mouse, mouse pad; Linux OS; One year manufacturer's warranty on PC. Bruker TopSpin software package is included for acquisition and processing of ID, 2D, 3D and 4D NMR data, including PLOT, ICONNMR, NMR Guide and NMR-SIM. Includes media, on-line hypertext manual and single license. PERIPHERAL DEVICES/USER INTERFACE Table for the workstation/printer is not included (available as an option) Printer for text and spectra is included PROBES AND OTHER FEATURES - CryoProbe TM ultra-high sensitivity NMR probe including: Triple Resonance Inverse Detection TCI CryoProbe TM for observation with 15N and 13C decoupling and 13C observation with 1H and 15N decoupling (5 mm sample diameter), 2H lock channel, Zgradient coil for use with GRASP TM II, GRASP TM II/A, or GRASP TM III accessory., and standard CryoCoupler TM. Sample temperature range 0 to 80°C. Sample Positioning Unit (SPU). Permits use of shaped tubes for minimized sample heating with lossy samples. One (1) Shaped Tube Shuttle for use with Shaped Sample Tubes. GRADIENTS: GRASP TM III three-axis GRAdient SPectroscopy accessory for the A VANCE series. Includes ultra-stable power supply with digital preemphasis adjustment and three channel gradient amplifier (10 Amp per channel), for generation of up to three orthogonal high current gradients. Requires GRASP TM II or GRASP TM III probe with built-in gradient coils. Includes Gradient Controller for simultaneous control of magnetic field gradient channels with real. time generation of gradient shapes. GRADIENT SHIMMING: Deuterium gradient shimming including Deuterium amplifier. VARIABLE TEMPERATURE: Advanced Bruker Smart Variable Temperature (BSVT) control unit, with digital control module. Connects to thermocouple and heater incorporated into Bruker probes. All functions under full computer control. Temperature accuracy± 0.2 'C (with± 1.0 °C room temperature stability), but ±0.01°C within the temperature range of+ 15 to+ 35C. Maximum temperature 200 'c (400 'c with optional BVTB-3500 booster). Note: ceramic sample spinners required for high resolution VT operation. A low temperature accessory is required for operation near or below ambient temperature. BCU-I, pre-cooling and stabilization accessory, for ultra-precise temperature control from near ambient conditions down to 0°C sample temperature. Currently, advances in solid state NMR now make it possible to study details of the molecular structure of fibrillar samples, underlying a host of amyloid diseases. To date, solid state NMR studies of Abeta fibrils and other large, insoluble systems by the NIDDK Solid State NMR and Biological Physics Section have relied on use of a 750 MHz instrument, shared with the solution NMR groups. This limited (33%) access to high field solid-state NMR instrument time is neither sufficient nor efficient for carrying out time-consuming data collections needed to make rapid progress in this important and increasingly time-sensitive research. Purchase of the 3-axis gradient 700 MHz NMR system will make tl1e 750 MHz instrument available full-time for solid-state NMR experiments, while offering new advanced capabilities to the solution NMR programs of the Protein NMR and Biophysical NMR Spectroscopy Sections. 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 Government will make award based on Best Value. 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 System For Award Management (SAM) http://www.sam.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 on August 20, 2014 at 11:00 a.m. EST. Offersors shall provide an original and two copies of your quotation. The quotation must reference Solicitation number NIHLM2014224. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIHLM2014224/listing.html)
 
Record
SN03466110-W 20140816/140815000439-37476809002cc875dac1c1fd1b3882e4 (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.