Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 17,1997 PSA#1826

National Institutes Of Health, National Institute Of Diabetes & Digestive & Kidney

66 -- 300 MHZ NMR UPGRADE CONSOLE SOL NIH-NIDDK-97-256 DUE 051697 POC Desiree C. Kelly, Purchasing Agent, 301-594-8831 Dorann L. Penney, Contracting Officer, 301-594-7733. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. The solicitation, number NIH-NIDDK-97-256, is issued as a Request For Quote (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through FAC 90-45. The 300 MHz NMR Upgrade Console must have the following technical requirements: (1) Broadband transmitter, 30-122 MHz, 282-300 MHz; (2) 2H internal autolock; (3) Ethernet kit for networking; (4) Phase controller with hardware timer; (5) At least 0.1 Hz offset resolution in high and low band; (6) 1H and X heteronuclear spin decoupler; (7) Programmable filters; (8) Direct and indirect detection module; (9) Computer control shim system and power supply; (10) Phase modulator for each channel to perform WALTZ16, GARP, MELV16 and other modulation scheme; (11) Variable temperature module (-150 C to +250 C with 0.1 C resolution); (12) Computer control sample insertion/ejection module; (13) Pulse field gradient system; (14) 1H/19F/13C/31P 5mm PFG autoswitching VT probe for the system; (15) Multi-user software and licenses; (16) SUN Ultra 1 140 Computer which includes; 64-Mbytes memory, 2.1 Gbyte internal hard disk, 8-bit TGX, 20-inch color monitor, 1152 x 900 pixels, 10-Mbytes/sec Ethernet network interface, TPE and AUI connectors, 10-Mbytes/secSCSI-2 port, Two (2) RS-423 (RS-232C compatible) serial ports, Mini-50 to DB-68 Differential SCSI Cable, Centronics compatible parallel port, Three (3) Sbus expansion slots, Three (3) button mouse, Solaxis right-to-use license for two (2) users, Solaris 25 on CD-ROM, and One (1) year warranty; (17) User training course for two (2) Government personnel; (18) Inline and offline digital signal processing and digital quadrature detection; (19) Magnet leg extenders for the existing Varian 300 MHz superconducting magnet (if required); (20) PFR probe upper barrell for the PFG probe (if required); (21) Software for controlling the existing Varian ASM-100 autosample changer; and (22) printer and plotter, parallel port. The Contractor shall deliver, complete installation and interface the proposed equipment with the Government owned Varian 300 MHz superconducting magnet, including service on the magnet if required. Contractors shall be responsible for the removal of the exisitng Varian XL-300 console and for interfacing of the console and existing ASM 100 Autosampler. Contractors shall demonostrate that the installed system will meet or exceed the existing specifications. Provide existing product literature, published pricelist, owner's manual with maintenance procedures as part of the proposal. The Upgrade Console must have a minimum warranty period of one (1) year labor, material and one way-freight. Delivery shall be no later than FOUR (4) MONTHS after contract award. Deliver Free On Board (FOB) Point: DESTINATION TO: National Institutes of Health National Institute of Diabetes, and Digestive and Kidney Diseases, Laboratory of Bioorganic Chemistry, Building 5, Room BA2-22, 9000 Rockville Pike Bethesda, Maryland 20892. All quotes must be within the Simplified Acquisition Threshold of $100,000 ($5,000,000 including options, for aquisitions of commercial items using FAR Subpart 13.6). The FAR Clause 52-212.2, EVALUATION-COMMERCIAL ITEMS (OCTOBER 1995), will not be used in the evaluation of offers submitted. The existing product literature, owner's manual with maintenance procedures and test reports will be used as a basis for evaluation with submitted offers. Past Performance will also be considered. This acquisition incorporates the following FAR clauses, FAR 52.212.1, INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (OCTOBER 1995) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (JANUARY 1997). FAR 52.212.4, CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS(AUGUST 1996), FAR 52.214-7, LATE, SUBMISSIONS, MODIFICATIONS, AND WITHDRAWAL OF BIDS (MARCH 1997). The resultant contract incorporates the following FAR clauses in paragraph (b) of FAR 52.212-5, FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (AUGUST 1996). The resultant contract incorporates the following DEPARTMENT OF HEALTH AND HUMAN SERVICES ACQUISITION REGULATION (HHSAR)(48 CFR CHAPTER 3) CLAUSES: HHSAR 352.202-1 Definitions (APRIL 1984) HHSAR 352.232-9 Withholding of Contract Payments (APRIL 1984) All offerors must include a completed copy of FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (JANUARY 1997). A copy of the OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS can be obtained from Desiree Kelly, via (301) 594-7731 (Voice), (301) 480-4226 (FAX) and kellyd@ep.niddk.nih.gov (Email). SIC Code is 3826, and the Size Standard is 500 employees. Offers are due no later than THIRTY (30) DAYS from the Commerce Business Daily (CBD) Publication Date. (0105)

Loren Data Corp. http://www.ld.com (SYN# 0348 19970417\66-0005.SOL)


66 - Instruments and Laboratory Equipment Index Page