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