SOLICITATION NOTICE
66 -- 500 MHz NMR Spectrometer
- Notice Date
- 4/6/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
- ZIP Code
- 72079-9502
- Solicitation Number
- 10-223-SOL-00088
- Archive Date
- 5/5/2010
- Point of Contact
- Nicholas E Sartain, Phone: 870-543-7370
- E-Mail Address
-
nick.sartain@fda.hhs.gov
(nick.sartain@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) format in 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. This requirement is being issued in conjunction with FAR 13.5 Test Program for Certain Commercial Items, as applicable. The solicitation number is 10-223-SOL-00088. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-39. The associated North American Industry Classification System (NAICS) Code is-334516- Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. The Food and Drug Administration is soliciting for a 500 MHz nuclear magnetic resonance spectrometer system to include installation and training. The system shall meet the following technical requirements and will serve as a basis for technical evaluation: The NMR spectrometer should be of the latest generation of 500 MHz systems manufactured by the vendor. The following minimum specifications should be fulfilled, and all information requested should be provided in order to allow for an appropriate determination of best value. 1 - Superconducting Magnet System: 1.1 Comprising a shielded superconducting magnet subsystem with a standard (54 mm) bore and an operation field of 11.74 T (corresponding to a 1H resonance frequency of 500 MHz); 1.2 A computer-controlled multiple-gradient shim system for adjusting the homogeneity of the magnet; 1.3 The magnet shall be suspended on a set of pneumatic vibration isolation posts designed to reduce the effects of floor vibrations; 1.4 The magnet shall have an unlocked field drift rate of less than 10 Hertz (Hz) per hour - to be measured within 30 days of ‘energizing' the magnet and taken as the average value over a 24 hour period; 1.5 Cryostat specifications: 1.5.1 Helium hold time > 100 days 1.5.2 Nitrogen hold time > 14 days 1.6 Radial stray field: 5 Gauss line from magnetic center ≤ 0.8 m 2 - Console: The console should handle all aspects related to the locking and shimming of the magnet, generation and handling of RF pulses, and handling and processing of signals. A detailed description should be provided on the capabilities of the instrumentation, including, but not limited to: 2.1 Phase switching capabilities, amplitude switching capabilities, frequency switching capabilities, time resolution capabilities, minimum pulse length and minimum delay capabilities; 2.2 Capacity of the system to conduct automatic tuning and matching of the probe without need for re-cabling; 2.3 Effective digital resolution of the receiver (in bits). The dynamic range should be provided preferably at 10 kHz spectral width; 2.4 Specifications of the probe temperature control module, when used with the probe supplied. 3 - Probe The system shall be equipped with a single 5 mm high-performance probe that is fully autotune- and match-ready, capable of handling efficiently both high (1H-19F) and low frequency (15N-31P) nuclei, and presenting the following minimum signal to noise (S/N) sensitivity specifications: 3.1 1H sensitivity - S/N ≥ 650:1 (0.1% ethylbenzene sample). 3.2 13C sensitivity - S/N ≥ 220:1 (10% ethylbenzene sample). The sensitivity specifications for the following nuclei should be provided: 3.3 15N, using a sample of 90% formamide; 3.4 31P, using a sample of 0.0485 M triphenylphosphate; 3.5 19F, using a sample of 0.05% trifluorotoluene 4 - Workstation Subsystem The workstation subsystem should be able to control all aspects of the operation of the instrument, including, but not limited to, probe tuning and matching, experiment set up, data acquisition, and data workup and plotting. 4.1 Although the use of other operating systems will not be considered as a sole basis for exclusion of a proposal, for network compatibility issues, in-house IT know-how, and assured compatibility with third-party programs regularly used in the data analysis, reporting and backup operations, a system running under Microsoft Windows will be preferred; 4.2 At least one backup copy of all software shall be provided on CD/DVD ROM; 4.3 Free software and firmware upgrades should be provided during the warranty period of the instrumentation. 5 - Installation requirements The Contractor is strongly encouraged to inspect the installation site prior to the shipment of the instrument. The Contractor shall assemble the instrument at the delivery site, including assembling the magnet and cryostat, evacuating the cryostat, filling the cryostat, and charging the magnet. The Contractor shall install the system console, workstation controller, and system software. The Contractor shall perform the acceptance tests, in the presence of the appropriate NCTR personnel, to demonstrate that it meets contract minimum specifications and performs according to original equipment manufacturer (OEM) specifications. All samples used in the acceptance performance tests shall be provided by the Contractor. Other than the minimum specifications itemized in this document, the Contractor must demonstrate all the other minimum specifications considered standard for the spectrometer at the time of installation, either as defined in the instrument documentation or in documentation available on-line on the website of the Contractor. The Contractor shall instruct up to four NCTR personnel on routine maintenance procedures such as cryogen fills, etc. The training shall also include a thorough demonstration of all system/solution functions, maintenance, data administration, and basic troubleshooting. The training may be completed at NCTR immediately after installation/set-up and on-site acceptance of the instrument, but shall be completed no later than 30 days after installation. 6 - Potential for future upgrades The NMR spectrometer must be fully compatible (as configured) to allow the future installation of an inverse detection probe designed to use 1.7 mm sample tubes. The vendor should be able to demonstrate that such probe is currently available. An expectation of future availability will not be accepted as evidence of the upgradability of the instrument. Scheduled Items include: 1. NMR Spectrometer as specified above to include installation and training. 2. Optional Item: Separately Price Line Item-Inverse detection probe designed to use 1.7 mm sample tubes. This price shall include delivery to destination. Contract Type: Commercial Item-Firm Fixed Price. Simplified acquisition procedures will be utilized. FOB Point destination. To be delivered 180 days or less after receipt of order (ARO) FOB Point of Delivery for Services and Supplies will be the FDA/NCTR located at 3900 NCTR Road, Jefferson, AR 72079-9502. Payment terms net 30 days after government acceptance. Standard commercial warranty is required if applicable. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) Technical capability and compatibility of the items/services offered to meet the Government's requirement. (ii) Past Performance (iii) Price. Technical and past performance, when combined, are significantly more important when compared to price in determining the best value to the government. Technical evaluation procedures a) The proposals will be analyzed to ensure the fulfillment of the minimum technical specifications as specified above. Proposals considered not to meet the minimum specifications will be excluded from further consideration. b) For the proposals fulfilling the minimum technical specifications the technical information requested in items 2.1-2.4, 3.3-3.5 and 4.1) will be considered. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the government's requirement. The tradeoff process will be utilized meaning that tradeoffs among price and technical capability will allow the government to accept other than the lowest priced technically acceptable offer. The Government will evaluate the technical capability factor as to whether the offer meets or exceeds the minimum specifications. As technical capability of the instrument becomes essentially equal price may become the ultimate determining factor. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the offeror, past record of meeting delivery schedules and service/maintenance reputation. Offerors must include at least three recent contracts within the last 2 years that have purchased the same equipment as currently offered, and identify company name, point of contact name, telephone number and email address for each contract. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The government reserves the right to make an award without discussions. Because of the unique features and items of each vendor's instrument accessory items may be added to the successful offerors initial proposal and therefore negotiate with only one company. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the product and/or service meets the technical requirements. The offer shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government. The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. An offeror should complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following addenda have been attached to the clause. The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the contracting officer's representative (COR) specified at award. If the supplies or services are acceptable, the COR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COR shall document the nonconforming items/services and immediately notify the contracting officer. 52.212-4 (j). Paragraph (j) of the clause is changed to the following: Risk of loss. Risk of loss or damage to the supplies provided under this contract shall remain with the Contractor until, and shall pass to the Government upon: Delivery of the supplies to the Government at the destination specified in the contract. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6 alt I, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-15, 52.223-16, 52.225-5, 52.225-13, and 52.232-33. The following additional provisions and/or clauses apply: 52.204-4 & 52.204-7. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov/far/ 52.217-7 Option for Increased Quantity-Separately Priced Line Item. (MAR 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 365 days after contract award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of clause) The following HHSAR clauses apply and can be obtained at the following website: http://farsite.hill.af.mil/VFHHSAR1.htm 352.201-1 Definitions (January 2006) 352.270-10 Anti-lobbying. (January 2006) One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. Post Award Evaluation of Contractor performance Contractor Performance Evaluations Interim and final evaluations of contractor performance will be prepared on this contract in accordance with FAR Subpart 42.15. A final evaluation will be prepared at the time of completion of work. In addition to the final evaluation, interim evaluations will be prepared annually to coincide with the anniversary date of the contract. Interim and final evaluations will be provided to the contractor as soon as practicable after completion of the evaluation. The contractor will be permitted thirty days to review the document and to submit additional information or a rebutting statement. Any disagreement between the parties regarding an evaluation will be referred to an individual one level above the Contracting Officer, whose decision will be final. Copies of the evaluations, contractor responses, and review comments, if any, will be retained as part of the contract file, and may be used to support future award decisions. CCR Requirement - Company must be registered in the Central Contractor Registration (CCR) system before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. It is the offeror's responsibility to monitor the internet site for the release of an amendment to the combined synopsis/solicitation (if any). Offerors that fail to complete the required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. All responsible sources may submit an offer, which if timely received, shall be considered. The offer must reference solicitation number 10-223-SOL-00088. The offers are due in person, by postal mail, fax or email to the point of contact listed below on or before April 20, 2010 by 13:00 hours (Central Standard Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OA/OAGS, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. For information regarding this solicitation, please contact Nick Sartain at (870) 543-7370, FAX (870) 543-7990 or email nick.sartain@fda.hhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/10-223-SOL-00088/listing.html)
- Place of Performance
- Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Zip Code: 72079
- Record
- SN02113677-W 20100408/100406234843-71e460731601615b0d84783b67c2fdc9 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |