SOLICITATION NOTICE
66 -- Acquisition of one table top Nuclear Magnetic Resonance (NMR) spectrometer with multi-nuclear detection capability with an additional capability of multi-dimensional spectroscopy
- Notice Date
- 8/17/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Bldg 1050, Frederick, Maryland, 21702, United States
- ZIP Code
- 21702
- Solicitation Number
- N02RC42588-57
- Archive Date
- 9/9/2014
- Point of Contact
- Reyes Rodriguez, Phone: 240-276-5442, Seena Ninan, Phone: 240-276-5419
- E-Mail Address
-
reyes.rodriguez@nih.gov, ninans@mail.nih.gov
(reyes.rodriguez@nih.gov, ninans@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- I. Description of Requirement The National Cancer Institute (NCI), The National Cancer Institute (NCI), Center for Cancer Research (CCR), Radiation Biology Branch (ROB) plans to procure a table top Nuclear Magnetic Resonance (NMR) spectrometer with multi-nuclear detection capability with an additional capability of multi-dimensional spectroscopy. It should have a bore size to accommodate a bioreactor to study enzyme flux kinetics in cells maintained in culture and supplied with hyperpolarized 13C labeled substrates. The following features are necessary and unique to this particular instrument: • 1.0 Tesla magnet • RF chain with pulse programmer, signal detection system for multi-nuclear NMR for nuclei such as 13C, 19F, 1H. • Probes for nuclei such as 13C, 19F, 1H. • PC to control the spectrometer • Graphic user interface • Software for data processing • Pulse program protocols for 1d, 2D NMR, T1, T2 estimations, J- resolved spectroscopy, reaction monitoring • 13C spectroscopy protocols such as 1D, heteronuclear correlation spectroscopy. II. Delivery Contractor(s) shall deliver the item within forty (45) days after award to NIH/NCI Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and point of contact. Upon delivery, contractor must notify the NCI Contracting Officer's Representative (COR) to schedule the installation date and time. III. Installation and Training • Spectrometer operation training to be carried out by the manufacturer and shall occur within approximately one week of delivery. IV. Payment Payment shall be made after delivery, installation, and successful operation of the instrument. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts. QUOTATIONS ARE DUE: August 25, 2014 at 11:00 am, EST. PROVISIONS AND CLAUSES: The following provisions and clauses will be incorporated by reference: 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items: The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. 52.212-3 Offerors Representations and Certifications Commercial Items (November 2013) WITH DUNS NUMBER ADDENDUM (52.204-6 (July 2013): 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. 52.247-34 FOB Destination 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items (January 2014). The following additional FAR clauses cited in this clause are applicable: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402) 52.203-13, Contractor Code of Business Ethics and Conduct 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8 Utilization of Small Business Concerns 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 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-37 Employment Reports on Veterans 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-1 Buy American Act - Supplies 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act 52.225-5 Trade Agreements 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer System for awards Management 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels 52.246-2 Inspection of Supplies-Fixed Price Full text copies of the representations and certifications for other cited provisions and clauses many be obtained on line at the NCI website at http://rcb.cancer.gov/rcb-internnet/index.jsp or from Reyes Rodriguez, Contract Specialist at reyes.rodriguez@nih.gov. Quotations must be received in the NCI-OA contracting office by 11:00 a.m. EST on August 25, 2014. Please refer to the solicitation number N02RC42588-57 on all correspondence. Faxed or electronic mail quotations will be accepted. OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) through sam.gov. In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representation and Certifications Applications (ORCA) through sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/FCRF/N02RC42588-57/listing.html)
- Place of Performance
- Address: TBA, United States
- Record
- SN03468044-W 20140819/140817233241-0a091faefd0b7b6c2d474f6b80113fb8 (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 |