Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 30, 2020 SAM #6849
SOLICITATION NOTICE

66 -- AVANCE NEO WB 300 MHz NMR Spectrometer Console

Notice Date
8/28/2020 7:17:28 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
 
ZIP Code
20817
 
Solicitation Number
NICHD-20-178a
 
Response Due
9/3/2020 7:00:00 AM
 
Archive Date
09/08/2020
 
Point of Contact
TINA ROBINSON
 
E-Mail Address
robinsti@mail.nih.gov
(robinsti@mail.nih.gov)
 
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 NICHD-20-178a 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 2020-08. The North American Industry Classification (NAICS) Code is 334516 and the business size standard is 1000e. However, this solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) have a requirement for a vendor who can provide a new AV4600 AVANCE NEO 600MHz NMR Spectrometer System with included services. BRAND NAME OR EQUAL This requirement is for the procurement of the brand name or equivalent instrument described in section 4.0. The Federal Acquisition Regulation (FAR) provision FAR 52.211-6, Brand Name or Equal (AUG 1999) is applicable to this requirement. BACKGROUND A high-resolution MRI scanner system comprises a superconducting magnet that applies a large uniform static magnetic field on the specimen, a spectrometer/console with Radiofrequency (RF) amplifiers that apply and detect RF signals, and gradient amplifiers that control the application of magnetic field gradients, and an imaging probe with gradient coils to enable 3D images to be generated. Technological improvements both in magnet, console and probe design in the past decade have significantly enhanced capabilities of new MRI scanners, permitting one to design and perform experiments not considered feasible a decade ago, when we purchased our original Bruker MRI scanner system. The labs� current MRI scanner has a 12-year-old 7T vertical bore magnet and a 10-year-old console/spectrometer and ancillary electronics. The lab is seeking to upgrade these components which are longer serviceable, and for which replacement parts are no longer readily available. Our current Avance III console is no longer being supported by Bruker BioSpin and the software used to control it is vastly underpowered and out of date. The upgrade to the latest generation MRI scanners will significantly increase attainable signal-to-noise (SNR), reduce spectrometer artifacts and facilitate high quality data acquisition in our various fixed tissue, gel or polymer samples where the solvent is predominantly H2O. This improves the ability to detect water diffusion and exchange, which is a core interest of our lab. Our purchase of a new MRI scanner will enable us to push the frontiers of MRI microimaging, significantly leveraging and enhancing our ability to invent, develop and translate novel MRI methods that in the future will be used to scan live animals (pre-clinical) and eventually human subjects for a variety of clinical applications and indications, including stroke, developmental abnormalities, Alzheimer�s disease and other neurodegenerative disorders of the brain and spine, as well as inflammatory disorders, such as Multiple Sclerosis (MS) and many others. Note: Compatibility with our existing 7T MRI should be assured. We plan to operate both MRI systems together until the older 7T MRI catastrophically fails and is no longer operational. The lab plan to transition all of our pulse-sequences and methods from our older 7T MRI to the new one before this happens. PRODUCT FEATURES/SALIENT CHARACTERISTICS The instrument shall be brand name or equal to the device(s) listed below. Name of Device(s): Bruker Biospin Corporation - 7T Wide Bore MR Magnet with AVANCE NEO WB 300 MHz NMR Spectrometer Console and components. This is a replacement for the labs existing 7T Superconducting MRI Magnet/upgrade of the existing Avance III MRI spectrometer/console. The required capabilities or performance characteristics of the supplies include the following: 1 - High performance digital NMR spectrometer console that operates at 300 MHz.System electronics should be rack mounted and housed in steel cabinet providing full RF shielding and minimizing cross-talk. Steel cabinet must contain slots and room for high power RF amplifiers. Ethernet ports and router required for data transfer for magnet control and monitoring equipment, solid state NMR accessories, etc. Powering up and powering down must be compatible with existing components. An Embedded Processing Unit (EPU) with at least a 1TB Hard Disk drive required for spectrometer control. System must perform MR pulse generation and control, control of RF transmit and receive signals, and magnet stability and temperature controls. 2- Magnet shim system is required to make scanner B0-field homogeneous. This also includes a shim current control board and individual current supplies for each shim magnet. 3-Preamplifiers for RF controls are required for detecting various nuclei, including 19F, 1H, 2H. 4-TopSpin4 or higher MR acquisition and processing software environment required for compatibility with existing MRI scanner hardware 5-Variable temperature control system required to maintain specimen temperature 6-Range of Highband and Broadband RF amplifiers along with Receive and Transmit (Transceiver) system with RF Quad combiner for measuring MR signal from samples. 7-three 60Amp/channel gradient amplifiers capable of driving the existing Micro5 and Micro2.5 microimaging probes and gradient coil and amplifier chillers that cool them, so they operate safely and reliably. 8-MICWB40 probe body set 9-PCIMAG NMR LINUX Workstation required for controlling various microimaging applications with at least 64 GB RAM for large data sets 10-MicroImaging package for acquisition of images and of localized spectroscopy with existing MRI methods supported, and a user methods development environment including source code. 11-At least two days of service for console/spectrometer installation upgrade and testing product meets all specs. 12-At least five days pre-paid tuition for training of NIH technical personnel. 13-""300WB"" 300 MHz/89 mm wide bore Long Hold Time superconducting magnet system 14-cryogen filling and refilling components 15-gradient safety control system 16- cabinet for microimaging diffusion gradient control electronic components 17-1H RF coils ranging from 5 to 30 mm in diameter 18- Monitor and Paravision 7 software package 19-Backups power supply ANTICIPATED PERIOD OF PERFORMANCE. Delivery is to be 9 � 11 months after receipt of award. The Contractor shall deliver and install the equipment at NIH Bethesda, MD campus: Exact Building/Room TBD. Support and Installation Complete set of system documentation provided in BASH CDROM format. Complete system installation, including magnet, by qualified personnel. WARRANTY The Contractor shall warrant that any instruments, equipment and components are free of defects in design, material, or manufacture for a period of at least one (1) calendar year from date of acceptance by the Government. The Contractor shall also warrant and imply that items delivered are merchantable and fit for use for the particular purpose described in this contract in accordance with FAR 52.212-4, Contract Terms and Conditions � Commercial Items Award will be made to the responsible firm submitting the lowest priced technically acceptable (LPTA) offer; and meeting or exceeding ALL acceptability standards for the requirements/technical specifications /product features/salient characteristics stated above and in attachments. Award will be made on all or none basis. A technically acceptable offer is one in which the Offeror complies with the requirements/technical specifications stated above and attachments. Offers that are not technically acceptable will not be considered further. The technical evaluation will be a determination based on information furnished by the Contractor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications � Commercial Items with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors � Commercial Items; FAR Clause 52.212-2, Evaluation � Commercial Items -FAR Clause 52.212-4, Contract Terms and Conditions � Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items � Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at https://www.acquisition.gov/Far/. Note To Contractor: The contractor shall provide a completed copy of FAR 52.204-24, ""Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment"" with their quote in response to this solicitation. Interested vendors capable of furnishing the government with the products and services specified in this synopsis should submit a copy of their quotation/offer to the following email address: robinsti@mail.nih.gov by the due date and time below. Attn: Tina Robinson. Solicitation# NICHD-20-178a must be included in/on the subject line of the email with offer/proposal submission. Offers must also be accompanied by descriptive literature, warranties and other information that demonstrates that the offer meets all the foregoing requirements. Offeror must include the delivery date/timeframe with offer. Quotations will be due within seven calendar days from the publication date of this synopsis or by NLT September 3, 2020 before 10:00 am EST. The quotation must reference �Solicitation number� NICHD-20-178a. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# NICHD-20-178a. in the subject line of email. Note: In order to receive an award, contractor must be registered as all awards and have valid certification in the System for Award Management (SAM) @ www.Sam.gov. Lack of valid registration in SAM will make an offeror ineligible for award.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/db4353bcb03a40cab363b9533720394a/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05778214-F 20200830/200831093753 (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.