Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 21, 2020 SAM #6779
SOURCES SOUGHT

65 -- Spectrometer Nuclear Magnetic Resonance (NMR) Equipment Upgrades

Notice Date
6/19/2020 8:13:18 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
 
ZIP Code
20817
 
Solicitation Number
NICHD-20-141
 
Response Due
6/25/2020 6:00:00 AM
 
Archive Date
07/10/2020
 
Point of Contact
Amber Harris
 
E-Mail Address
amber.harris@nih.gov
(amber.harris@nih.gov)
 
Description
SOURCES SOUGHT NOTICE (Spectrometer Nuclear Magnetic Resonance (NMR) Equipment Upgrades) AGENCY: �The National Institutes of Health, National Institutes of Diabetes and Digestive and Kidney Diseases (NIDDK) TITLE: Spectrometer Nuclear Magnetic Resonance (NMR) Equipment Upgrades PROPOSED SOLICITATION NUMBER: NICHD-20-141 PROJECT SERVICE CODE: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. There is no solicitation available at this time. The purpose of this notice is to obtain information regarding: (1) the availability and capability of all qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification according to the North American Industry Classification System, (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set- aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. BACKGROUND: Each NMR spectrometer comprises a superconducting magnet, a console that controls the generation, application and detection of radiofrequency pulses, and a probe (plus associated cryoplatform) that detects the NMR signal and transmits this to the console. In contrast to superconducting magnets which last effectively forever, technological improvements both in console and probe design significantly enhance capabilities and permit one to design ever more complex experiments that were not previously feasible. The two NMR consoles (500 and 800 MHz systems) are in excess of 10 years of age, and are no longer serviceable, and hence need upgrading. �Further, the upgrades to the latest generation of consoles will increase attainable signal-to-noise by 20%, reduce spectrometer artefacts and facilitate high quality data acquisition in samples where the solvent is predominantly H2O (as opposed to D2O). (Note most NMR data are acquired in H2O to permit observation of exchange backbone and sidechain amide groups). �In the case of the 800 MHz spectrometer, the Bruker Magnet Pump Control (BMPC) pump used to keep the pumped 800 MHz magnet at field also requires upgrading since replacement parts are no longer available, this is included in the 800 MHz console upgrade. The BMPC pump for the magnet (the 800 MHz magnet is a pumped magnet) is no longer supported and parts are no longer available � if this fails the magnet will quench. The BMPC pump has been in service since the 800 MHz was first installed in ~2000 (so failure is very likely in the near future); the console has been in service since 4/2011. The cryoplatform on the 900 MHz spectrometer is of the old variety that is no longer being supported by Bruker and no replacement parts are available. If this fails, the 900 MHz spectrometer will effectively be rendered useless. The cryoplatform replacement for the 900 MHz spectrometer is required as the current unit is over 10 years old and is no longer serviceable. The cryoplatform is an integral component of the cryoprobe that involves cooling to liquid helium temperatures, thereby reducing thermal noise and affording increases of 3-5-fold in signal-to-noise. Independently, and not as an agent of the Government, the contractor shall provide equipment and services to upgrade to the current 500, 800 and 900 MHz NMR spectrometers for the NIDDK Laboratory of Chemical Physics and Laboratory of Bioorganic Chemistry. This Sources Sought is for an organization or institution to provide the NIDDK with NMR equipment upgrades for existing 500, 800 and 900 MHz Bruker Avance NMR spectrometers. �The purchase of this instrument is necessary to maintain the high quality of our research. � All qualified small businesses, whether they are small businesses; HUBZone small businesses; service-disabled, veteran owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; interested in submitting a corporate capability statement should demonstrate their capability to provide equipment that meets the characteristics below. SALIENT / REQUIRED FEATURES AND SPECIFICATIONS: Task Area 1 � Equipment Requirements � The contractor shall provide upgrades to the Bruker Avance Neo 800 MHz console, the Bruker Avance Neo 500 MHz console and the Bruker cryoplatform for the 900 MHz NMR system (Optional Task). �Upgrades must be compatible with the existing NMR spectrometer systems: ��� �Bruker Avance Neo 800 MHz console for Bruker 800 MHz spectrometer NIH 01835594, S/N 10026129) will be traded in for the existing console on that magnet ��� �Bruker Avance Neo 500 MHz console for Bruker 500 MHz spectrometer (NIH 1421933, S/N BH 027603) will be traded in for the existing console on that spectrometer �� � Task Area 2 � Shipping Requirements (International Shipments must include a provision for the vendor to hire a Customs Broker): The equipment shall be delivered to NIH no later than 8 months after receiving the PO unless NIDDK wishes to delay shipment for any reason. Deliver Bruker Avance Neo 800 MHz console� Deliver Bruker Avance Neo 500 MHz console� Deliver Bruker Cryoplatform for 900 MHz spectrometer� Task Area 3 � Inspection & Acceptance Criteria � The Project Officer or the Project Officer Supervisor will perform inspection and acceptance of materials and services to be provided. Inspection and acceptance will be performed at the place of installation �� National Institutes of Health, NIDDK, 9000 Rockville Pike, Maryland 20892. Task Area 4 � Maintenance � The vendor will provide a service warranty on the new equipment for a period of one year commencing on final acceptance or ninety days from shipping, whichever occurs first.� SPECIAL INSTRUCTIONS: This acquisition is being conducted under the authority of FAR Part 13.5 Simplified Acquisition Procedures. This is a competitive requirement conducted under the authority of FAR 52.211-6, Brand Name or Equal. �This is a requirement for BRUKER BIOSPIN CORP Spectrometer Nuclear Magnetic Resonance (NMR) Equipment Upgrades. � The vendor will be evaluated on their quoted product meeting the specifications under section SALIENT / REQUIRED FEATURES AND SPECIFICATIONS. If you or your firm/business has an interest and possess the required expertise we invite you to submit a corporate capability statement 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 associated NAICS code is 334516, Analytical Laboratory Instrument Manufacturing, and the small business size standard is 1,000. �All respondents are requested to identify their firm's size and type of business. Interested firms responding to this Sources Sought Notice should adhere to the following: (a) Provide a capability statement demonstrating relevant experience, skills and ability to fulfill the Government's requirements for the above. The capability statement should contain sufficient detail for the Government to make an informed decision regarding your capabilities. The capability statement should not exceed 15 pages using a font size 10 or larger. (b) Small business concerns that possess the capabilities necessary to undertake the efforts should submit complete documentation of their capabilities to the Contracting Officer. This capability statement should include: 1) the total number of employees, 2) the professional qualifications of scientists, medical experts, and technical personnel as they relate to the requirements, 3) a description of general and specific facilities and equipment available, including computer equipment and software, and 4) any other specific and relevant information that would improve the Government's consideration and evaluation of the information presented. Further, Past Performance documentation, which should include, but not be limited to, a minimum of two (2) contracts performed for either Government or commercial organizations shall be provided. References shall include for each contract: names, titles, contract number, total price or cost, telephone numbers of government Contracting Officer Representative and Contracting Officers. (c) All capability statements sent in response to this Small Business Sources Sought notice must be submitted electronically (via email) to the Point of Contact below in MS Word or Adobe Portable Document Format (PDF). The subject line must specify NICHD-20-141. Facsimile responses will not be accepted. Electronically submitted capability statements are due no later than 9:00 AM (Eastern Prevailing Time) seven (7) calendar days (including date of submission to https://beta.sam.gov) after posting of the Small Business Sources Sought Notice. CAPABILITY STATEMENTS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED This notice is for information and planning purposes only and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/160a95f351f2411f9fe31b11752991bb/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05697504-F 20200621/200622142807 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.