Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2004 FBO #1025
SOLICITATION NOTICE

66 -- Nuclear Magnetic Resonance Spectrometer

Notice Date
9/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung, and Blood Institute, Contracts Operations Branch 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PS-2004-159
 
Response Due
9/28/2004
 
Archive Date
10/13/2004
 
Description
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/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2001-24. The North American Industry Classification (NAICS) Code is 339111 and the Employee Size is 500 for this requirement. This acquisition is being conducted under simplified acquisition procedures in accordance with the provisions of FAR Part 13. The National Heart, Lung, and Blood Institute intends to purchase one (1) each, Nuclear Magnetic Resonance spectrometer 700MHz system. The items to be purchase are: 1) One (1) each, Unity Inova 700 NB High Resolution NMR Console, part number 0190877715, the specifications are: RF pulse shaping with amplitude and phase modulation, computer-controlled phase shifts in 90˚ and 0.25˚ steps, 60?dB computer-controlled linear amplitude modulation in 4096 steps, 79-dB computer-controlled amplitude scaling in 1 dB steps, automated preamplifier selection; 2H Adaptive Lock with high sensitivity quadrature detection, compatible with pulsed filed gradients, deuterium decoupling; Motorola PowerPC 100 Base T acquisition computer, VxWorks real-time operating system, 16-Mbyte memory, 12.5-ns resolution data acquisition controller, 16-bit ADCs, 500-kHz spectral width, Digital filters for up to 500 kHz sampling rate in quadrature, Frequency-shifted quadraturedetection capability for elimination, of zero-frequency and quadrature detection artifacts, 16-Mbyte dual-ported data memory; automation of lock, shim, phase, gain, sample spin, and eject/insert, sample depth gauge, samples for auto test, 1H sensitivity, and 1H, 13C, and 15N pulse width calibration, Bandpass filters 1H, 2H, 13C, 15N and 31P, warranty; acquisition and processing software upgrades for at least one (1) year. 2) One (1) each, Console to Magnet Cable Kit, 24 FT (7.3m), 700-900 system, part number 0190541900. 3) One (1) each, Console/Workstation Power Kit, US/Can/Jap, Inova 700-900 MHz/Imaging, part number 0190938400, this kit includes: 1 cable for main console, 1 cable for 3rd (RF bay) and 1 powerstrip for workstation computer. 4) One (1) each, 16.44T 54-mm Bore Actively Shielded Superconducting Magnet, part number SN70M00007, the specifications include: the system must be outfitted with an antivibration system and a 40-channel Enhanced Shim set. Includes helium and nitrogen probes and level meters, a liquid helium transfer line and magnetic field hazerd signs; support 1.75 inch diameter probes; drift rate 4 Hz/Hr or less. 5) One (1) each, 700-900 Magnet Kit, part number 0190244700. 6) One (1) each, 40 Channel Shim Cable Kit, 24 FT (7.3 m), part number 0190586301. 7) One (1) each, Upper Barrel assembly, AS700/54, part number 0190877900. 8) Dual Fullband RF System for 700 MHz-BIO, part number 0191085300, the specifications are: Two RF channels with observe, pulse, and decouple functions RF channel frequency rang: 30-900 MHZ, 0.1 Hz frequency resolution, 100 W (650-950 MHZ) and 1000 W (6-220 MHZ), broadband preamplifier with active T/R switch, High sensitivity, low noise GaAs FET preamplifier for 1H/19F with active T/R switch. 9) One (1) each, RF Attenuator Module, 3 and 4 channel, part number 0190554704, with four 79 dB RF alternuators, one for each RF channel up to four RF channels. 10) One (1) each, Phase Modulator, part number 0099338400, with Digital pre-programmed phase modulation including WALTZ, GARP, XY32, MLEV16, and other modulation schems for each RF channel. 11) one (1) each, Variable Temperature Unit, INOVA, part number 0190690200, this item must provide computer-controlled liquid sample temperature management from -150˚C to +250˚C, with 0.1˚ resolution; liquid sample variable temperature stability of +/- 0.1˚C from -4˚C to +60˚C when utilized with Varian VT liquid sample probes and laboratory air preconditioning. Must provide computer-controlled solid sample temperature management from -125˚C to +125˚C, with 0.1˚C resolution, when used with Varian VT solid sample probes. The variable temperature performance should be limited by the variable temperature range of the probe. 12) One (1) each, Deuterium Automation Module, 500-900 MHz, part number 0190554901, must provide automated RF signal routing for deuterium gradient shimming and deuterium decoupling. 13) One (1) each, Remote Status Module with 40 FT (12.2 m) Cable, part number 0099328005, must include, LED displays for VT setting and pulse, decoupling, acquisition, WFG, and PFG gates. 14) One (1) each, Performa IV Pulsed Field Gradient Module, Inova, part number 0191325800 with Ultra-low noise transconductance amplifier to provide constant current output for gradient stability and reproducibility. Thermal shunting for ultra-low noise for minimum random field gradients. The front panel shall be used for parameter control and real time output. Optimized for coherence pathway selection and water suppression. This item requires VnmrJ 1.1D. 15) One (1) each, 1H(15N-31P) 5mm PFG Indirect Detect IDG700-5, part number SP70P54P01, this item must include Probe of choice for indirect detection experiments of chemical or biomolecular samples; capability for irradiation at frequencies within the range of 15N to 31P; optimized for highest 1H sensitivity, this probe shall exhibit RF homogeneity and salt tolerance; high performance actively shielded z-axis gradient shall produce rectangular gradient without ECC for best dephasing per unit time. 16) One each, High Performance Waveform Generator, Inova, part number 0099295002, Must provide high-speed generation and efficient storage of complex waveforms using Advanced Waveform Logic; asynchronous waveform looping for complex broadband decoupling; synchronous waveform looping for spin lock sequences; simultaneous control of RF pulse element amplitude, phase, gating and timing; must be 50 nsec pulse element timing, 200 nsec minimum event time and 256 Kword static RAM waveform memory. 17) One (1) each, Acquisition Computer Software License. The license is required for all spectrometer consoles; This software shall be supplied on the VnmrJ or VNMR cd-ROM and should be downloaded to the acquisition computer at bootup. 18) One (1) each, VnmrJ for Secure Environments up to Two Workstation License, part number 0191142200, shall be a featured version of standard VnmrJ enhanced with security features, validation features and audit trails and must provide tools to facilitate regulatory compliance with FDA 21 CFR Part 11 regulations; must monitors the processing of data generated by a Varian NMR spectrometer. For SUN workstations it requires 01-904670-00 for spectrometer control, and Solaris 8 or later. This software shall be supplied on the VnmrJ for secure environments CD-ROM. 19) One (1) each, Diffusion Ordered SpectroscopY (DOSY) Analysis software, part number 0190511701, This application must separeates the NMR signals of mixture components of liquid samples based on different diffusion coefficients. 20) One (1) each, Sun Blade 150 withCD-RW and 19-inch LCD Digital Color Monitor, part number 0191081505, the specifications of this item are as follows: 1 650-MHz Ultra SPARC-lli processor, 512-KB On-Chip L2 Cache, Sun PGX64 graphics accelerator, 512-MB 7200 RPM AIDE disk drive, 1 10/100BASE-T self-sensing ethernet port, 4 USB ports, 2 IEEE 1394 ports, 1 serial port, 1 Parallel port, 3 32 bit/33 MHz PCI I/O slots, 1 floppy drive,1 16X DVD-ROM drive, 1 48X CD-RW drive, smart card reader, starOffice 6.0 Office Suite Pre-installed, Solaris 8<(>8<)> 9 operating systems pre-loaded. The Sun Blade 150 workstation contains one media bay which is occupied with a DVD-ROM drive.To use the CD-RW option, the DVD-ROM drive installed in system must be removed. 20) One (1) each, Sun Dual Gibabit Ethernet & Dual SCSI, part number 0191164800, This item includes PCI adapter with two fast ethernet interfaces and two SCSI interfaces, Sun part number X2222A. The platform consists of SunBlade 100, 150, 1000, 1500, 2000 and 2500 workstations, Sun Ultra 30, 60, 80 workstations. The Operating environment: Solaris 8 10/01 or higher.21) One (1) each, Ethernet Cable Kit, 40 FT (12.2 m), INOVA for INOVA consoles, part number 0190225405. 22) HP LaserJet 5100 Printer/Plotter, part number 0190302502 with the following specifications: 8.5 x 11 or 11 x 17 inch monochrome, 1200 dpi laser printer, Output on letter, legal 11 x 17 inch, A4 and A3 paper, must include cable, 250 sheet paper tray, and 16-Mbytes memory. 23) New User training, minimum of 2 days per person. The training course must teach the users of the instrument, how to use GLIDE and the VNMR menus to acquire data. 1D proton, carbon, DEPT, and 2-D COSY, and HETCOR experiments must be covered as well as basic use of the windowing environment provided by Solaris and SunOS with emphasis on how to use file manager to move files, copy files, copy files to floppies, and copy files to tape using the mouse. The training must be completed within 12 months of system delivery. The Government?s anticipated delivery date is one hundred and sixty (160) calendar days after receipt of order. The delivery and acceptance F.O.B. Point is Bethesda, Maryland. The provisions of FAR Clause 52.212-1, Instructions to Offeror-Commercial Items, applies to this acquisition. The provisions of FAR Clause 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The Evaluation procedure is based upon the technical specifications of the product and delivery period. The award will be made to the lowest priced, technically acceptable quote meeting the Government?s requirements. The quoter must submit an itemized price list. The government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the initial offer should contain the offeror?s best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later determined by the contracting Officer to be necessary. The Government may reject any or all offers if such action necessitates and waive informalities and minor irregularities in offers received. 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 52.212-4, contract Terms and conditions - commercial items, applies to this acquisition. The addenda to the clause reads as follows: The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The FAR Clause 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 clauses are available in full text at http://WWW.arnet.gov/far. Interested vendors capable of furnishing the government with the items specified in this synopsis should submit one (1) copy of a quotation to the address below. The quotations must reference Solicitation number NHLBI-PS-2004-159. The response due date is September 28, 2004. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Heart, Lung, and Blood Institute, Contracts Operations Branch, Procurement Section, Rockledge Building 2, Suite 6042, 6701 Rockledge Drive, Bethesda, MD 20817-7902, Attention: Ms. Cecilia Morales, Fax quotations will only be accepted if dated and signed by an authorized company representative.
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, MD 20892
Zip Code: 20892-2045
Country: USA
 
Record
SN00672723-W 20040916/040914211804 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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