|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 3,1997 PSA#1858National Institute of Standards & Technology, Acquisition & Assistance
Div., Bldg. 301, Rm B117, Gaithersburg, MD 20899 66 -- NUCLEAR MAGNETIC RESONANCE MAGIC ANGLE SPINNING PROBE SOL
53SBNB760149 DUE 070997 POC Contract Specialist, Keith Kennedy,
301.975.6325, Contracting Officer, Sandra L. Febach, 301.975.6326. WEB:
NIST Contracts Homepage,
http://www.nist.gov/admin/od/contract/contract.htm. E-MAIL: NIST
Contracts Office, Contract@nist.gov. This is a combined
synopsis/solicitation for a commercial item prepared in accordance with
the format in Subpart 12.6, as supplemented with additional information
included in this notice. The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 46. This announcement constitutes the only solicitation; NIST
requests quotes but will not issue a written request for quotes.
Quoters should submit three original copies to the above address no
later than 3:00 p.m. on the date above specified. The National
Institute of Standards and Technology (NIST) intends to acquire one
large volume solid state Carbon-13 nuclear magnetic resonance magic
angle spinning probe with cross polarization (CP) and Magic Angle
Spinning (MAS) capability. The probe shall: 1) accommodate a large
volume sample rotor with at least a 0.8 mL sample volume capability, 2)
function in a 2.35 Tesla superconducting magnet with a 125 mm bore,
which Nalorac Cryogensic Corp. manufactures, 3) have an overall height
not greater than 600 mm, 4) have two adjustable stabilizing rings to
center the probe in the magnet if the probe is not 124.5 mm wide, 5)
have a mounting ring affixed to the bottom of the probe with 6.35 mm
holes centered on a 76.2 mm radius every 60 degrees (6 equally spaced
holes on a circle), for inserting and mounting the probe into the
magnet, 6) have a distance from the top of the mounting ring, described
in item 5, to the radio frequency coils of 378.5 mm, 7) have a spin
rate monitor and be able to spin the fully loaded samples at a minimum
of 4 kHz using air as the driving gas at pressures < 90 psi, 8)
have no more than a 1% background signal when the background is
determined from the ratio of the integrated signal intensity from an
empty rotor (with largest caps) to that from an adamantane sample using
single pulse (SP) excitation, 9) demonstrate an improvement of the
signal-to-noise ratio (S/N), in SP spectra, of a least a factor of two
when compared to the S/N ratio for NIST's current (0.2 mL sample
volume) probe in the above magnet. S/N is measured in the FID of
adamantane; for 16 accumulations, 6 Khz setting on a 4-pole Butterworth
filter, 100 s dwell, 10 s recycle delay, 66 kHz proton RF field
strength, 4 kHz MAS, 300 K sample temperature, signal will be the peak
to peak signal amplitude for 16 scans, noise will be 0.7x (peak to
peak noise amplitude for 16 accumulations taken in the absence of a
carbon pulse but with the proton decoupler on at 66 kHz). NIST current
(SP) S/N = 10/1, 10) demonstrate an improvement in the signal-to-noise
ratio (S/N), in CP spectra, of at least a factor of two when compared
to the S/N ratio for our current (0.2 mL sample volume) probe in the
above magnet, S/N will, as outlined in 9) above, be measured in FID of
adamantine, 16 scans, 1.0 ms CP time (using amplitude stable CW pulses
with no phase or frequency modulation), 300 K sample temperature, 4 kHz
MAS, 66 kHz proton RF field strength, 6 kHz setting on a 4-pole
Butterworth filter, 6s recycle delay. NIST's current (C)) S/N = 16/1,
11) have no more than a plus or minus 15% RF homogeneity variation over
the active sample volume for the maximum sample volume, 12) give a 13C
SP linewidth on MAS adamantine <0.2 ppm without room temperature
shims, be able to withstand decoupling pulses at 70 kHz for 110 ms, 14)
come with at least 4 rotor and cap sets and sample packaging/loading
tools, 15) come with a fiber optic spin rate monitor, 16) have variable
temperature capability from -100 degrees C to 150 degrees C and be
equipped with a temperature controller, transfer lines and Dewar. One
each. Delivery FOB destination, Gaithersburg, MD, 45 calendar days
after contract award. NIST will consider a quote from all responsible
concerns. This solicitation is issued as a request for quotes (RFQ).
The following Federal Acquisition Regulation (FAR) provisions and
clauses apply to this acquisition: 52.212-1, Instructions to Offerors
-- Commercial, 52.212-2, Evaluation -- Commercial Items, NIST will use
the following factors to evaluate quotes, in descending order of
importance: A. Understanding of Technical Requirements -- Whether the
quote demonstrates an understanding of the technical and management
requirements, comprehension of the required performance, and the method
by which the quoter intends to perform the technical and management
requirements specified. Whether the quote demonstrates the ability to
organize, staff, and manage the project to timely complete the project;
B. Past Performance -- Whether the quoter demonstrates capability and
directly related experience in performing requirements similar in size,
scope and complexity to this requirement. The demonstration shall
include at least three, but no more than seven specific past efforts,
with points of contact, and address recent, within two years,
experience and accomplishments directly related to the specifications;
C. Whether the quote demonstrates, through offered features and design
concepts, a competing technology or a qualitative advance in
technology. All evaluation factors, when combined, are significantly
more important than price. However, as quotes become more equal in
their technical merit, the evaluated price becomes more important. The
government intends to make an award to one quoter whose quote offers
the greatest value to the government, in terms of the evaluation
factors above specified and price. Offerors shall include a completed
copy of the provision at 52.212-3, Offeror Representations and
Certifications-Commercial Items, with their quote. Interested parties
can retrieve this clause on the Internet at
www.nist.gov/admin/od/contract/contract.htm. The government
contemplates award of a firm, fixed price contract as a result of this
solicitation. The contract clause at 52.212-4, Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items and these additional FAR clauses apply to this
acquisition: 52.214-34, Submission of Offers in the English Language;
52.214-35, Submission of Offers in U.S. Currrency; 52.222-26, Equal
Opportunity; 52.222-35, Affirmative Action for Special Disabled and
Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped
Veterans; 52.22-37, Employment Reports on Special Disabled Veterans and
Veterans of the Vietnam Era; 52.225-3, Buy American Act-Supplies;
52.225-21, Alternate I, Buy American Act-North American Free Trade
Agreement Implementation Act-Balance of Payments Program; 52.233-2,
Service of Protests; and the DOC Agency Level Protest Procedures found
on the Internet at www.nist.gov/admin/od/contract/contract.htm.
Interested parties may access full text for any above listed clause on
the Internet at http://www.gsa.gov/far/. (0150) Loren Data Corp. http://www.ld.com (SYN# 0313 19970603\66-0005.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|