Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2015 FBO #4998
SOLICITATION NOTICE

66 -- AVANCE III I-ID™ 600 HIGH PERFORMANCE DIGITAL NMR CONSOLE

Notice Date
7/29/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W, 6707 Democracy Blvd., MSC 5455, Bethesda, Maryland, 20892-5455
 
ZIP Code
20892-5455
 
Solicitation Number
NIHLM2015552
 
Archive Date
8/22/2015
 
Point of Contact
V. Lynn Griffin, Fax: 301-480-8501, MAXWELL KIMPSON,
 
E-Mail Address
griffinv@mail.nih.gov, Max.Kimpson@nih.gov
(griffinv@mail.nih.gov, Max.Kimpson@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NIHLM2015552 and is issued as a Request for Quotation (RFQ). The solicitation /contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-82. The North American Industry Classification (NAICS) Code is 334516 with a size standard of 500. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Institute of Digestive, Diabetes & Kidney Diseases (NIDDK) has a requirement to procure Bruker Bio-Spin AVANCE III I-ID TM 600 HIGH PERFORMANCE DIGITAL NMR CONSOLE NIDDK's LCP studies the structure and dynamics of proteins, protein-protein complexes, and protein-nucleic acid complexes using multidimensional nuclear magnetic resonance (NMR) spectroscopy, and develops and applies novel NMR and computational methods to aid in these studies. Over the past half-dozen years, the use of solution NMR in studying the molecular processes underlying viral replication have expanded from determination of static structures to the study of the transitions between key states in the viral replication process. Examples of this work include NIDDK studies of gp41-mediated membrane fusion, RNA packaging, formation of the HIV-1 capsid shell, and analysis of the conformational space sampled by the protein domains of intact HIV-1 Gag. Technically, the requisite experiments push the limits of what is feasible with available hardware, and, in terms of sensitivity, the observation of transient intermediate states requires lengthy acquisitions. Mandatory Technical Specifications for Avance III HDTM digital NMR console to replace an existing Bruker 600 MHz high-resolution NMR console equipped with pulsed field gradient triple resonance probe head. All specifications shall be guaranteed on site and must have been achieved by the offerer at the time the proposal is being submitted. The spectrometer shall be fully compatible with all 9 other high-resolution solution NMR spectrometers presently in use in the Laboratory of Chemical Physics, NIDDK. These are all of the Bruker Avance III console type. The new instrument shall have the same operating and pulse programming software as the existing instruments. The spectrometer shall provide a minimum of four frequency channels together with the capability of producing different asynchronous or synchronous composite pulse decoupling and different shaped pulses on all of these channels simultaneously and independently. The composite pulse decoupling schemes must be freely programmable by the user and include the option for pulse shaping of the individual elements of the composite pulses. All channels shall have identical specifications at low rf power levels, except that only one channel requires operation over the frequency range from 540 to 601 MHz (for 19F and 1H), and a minimum of three channels shall operate over the frequency range from 29 to 241 MHz (all other nuclei). For the cryogenically cooled probehead the 90° pulse widths shall be ≤ 8 s for 1H, ≤ 13 s for 13C and ≤30 s for 15N, and ≤80 s for 2H, for an aqueous non-saline sample. The sensitivity specifications for the triple resonance pulsed field gradient 5 mm cryogenically cooled probehead, using Wilmad-535 sample tubes shall meet: (i) ASTM 0.1% ethylbenzene ≥ 6500:1 (200 Hz noise region) (ii) 2 mM sucrose/ml D2O ≥950:1 (iii) 2 mM sucrose/ml in 150 mM NaCl in D2O ≥430:1 (iv) 13C sensitivity (ASTM) ≥ 1070:1 (v) 2H sensitivity (1% D2O/990% H2O) ≥ 1150 The system shall be equipped with hardware and software for mapping the magnetic field profile within the sample in three orthogonal dimensions, and software for making the required homogeneity adjustments under computer control. The spectrometer shall be capable of doing this for samples dissolved in D2O and in H2O. The spectrometer shall also include the capability to automatically adjust the homogeneity of the magnetic field during the course of multi-hour experiments which include pulsed field gradients, without interrupting the actual experiments or having any other noticeable effect on the acquisition process. The pulse programming system shall permit implementation of user-developed pulse sequences and shall be capable of conducting all experiments published in the volumes 1-62 of the Journal of Biomolecular NMR. It shall be possible to specify at least 30 independent pulse sequence interval lengths and 30 pulse widths in a single pulse program. The minimum interval length shall be no greater than 500 ns. It shall be possible to specify each interval length in increments of 25 ns or less. It shall be possible to write and execute pulse programs with at least 256 steps (without loops), with each step representing a time period during which any combination of pulses on the four channels is given. The amplitudes and phases of the pulses shall be arbitrarily programmable, subject only to the resolution limits on the phase shifters and rf attenuators. It shall be possible to include at least twenty loops within a single pulse program, with independent loop counters. It shall be possible to nest loops. The console electronics shall be capable of 0.5 degree phase resolution, 0.1 Hz frequency resolution and a 120 dB attenuation range on all four channels. The RF phase shall vary by no more than 3˚ over an attenuation range of 45 dB from full power. At any offset, the excitation profile of a 1H shaped pulse shall be within 50% from its theoretical profile, as tested for the residual HDO line in a D2O sample, for offsets of up to 10 ppm. At any offset, the excitation profile of a 15N or 13C shaped pulse shall be within 50% from its theoretical limit for offsets up to 100 ppm. The console shall be able to pulse and observe 2H nuclei without physically recabling the console, and capable of applying 90˚ 2H pulse widths of less than 80 microseconds. The long term pulse amplitude stability on all channels shall be ≤ 1% and phase stability shall be better than 1˚, as measured over a 24 h period in a room where the temperature changes by less than 1.5 ˚C. This phase and amplitude stability is measured from the relative difference between 1D spectra, recorded with a 30˚ flip angle pulse, at various times during a 24 h period. The system shall be capable of performing spin lock experiments on the 5-mm triple resonance z-axis gradient cryogenically cooled probehead for up to 100 ms for 1H (B1 = 12 kHz), up to 50 ms for the 13C channels (B2 = 12 kHz for 13C), and up to 120 ms for the 15N channel (B2 = 3 kHz for 15N), with droop in the supplied RF power ≤ 2%, and total duty cycles (time with RF on divided by total time) of up to 5%, for a one-hour period. The console electronics shall permit application of user defined shaped pulses to operate independently on each of the available channels. The shaped pulses must allow a minimum of 16000 user-definable elements within a single pulse shape. The dynamic range of each channel for shaped pulses must be at least 70 dB total range with 0.1 dB resolution half range. The system shall be capable of independent and simultaneous control over amplitude, frequency, phase and duration of pulses for all frequency channels and over internal real-time clock pulses for triggering of external devices. The console shall be equipped with a digitizer of at least 16 bits allowing simultaneous sampling of the quadrature receiver channels for spectral widths of up to at least 125 kHz. The system shall also be capable of oversampling and digital filtering of the NMR audio signal. In addition, no DC offset correction in the time domain shall be required on data acquired with a single scan, independent of receiver gain setting. The system shall be equipped with a pulse program controlled pulsed field gradient power supply, capable of generating a field gradient along the z axis with a strength of at least 70 G/cm. The recovery of the magnetic field homogeneity shall be such that a signal acquired 200 s after a 1 ms gradient at 50% of maximum power, differs by less than 3% from that acquired without the preceding gradient pulse. This shall be measured for a sample of 2 mM sucrose in D2O solution, using 1 Hz exponential line broadening and identical phasing. Before high-power amplification, pulse rise and fall times shall be <300 ns, measured between 10% and 90% amplitude levels. Fast power switching (≤3 s) must be provided on all four channels. The system shall have the capability of viewing the lock 2H signal in the frequency-swept mode with full control over the irradiated power, the sweep rate, and the sweep amplitude, without recalibrating or otherwise modifying the hardware setup from the spectrometer's normal mode of operation. The system shall have the capability to conduct variable temperature experiments over the range of 0 to 60 ˚C in normal operation, without the requirement of external cooling substances such as liquid nitrogen or dry ice. The system shall be capable of operating in the variable temperature mode using nitrogen gas and meet all the above listed performance specifications. The sample temperature shall be adjustable in 0.1 ˚C increments. The dynamic range shall be at least 60,000:1 as measured for a 90° 1H pulse by a S/N of at least 60:1 on a t-butanol peak in a 1/10,000 1H molar ratio to water. No spurious resonances shall be larger than 1/2000 times the largest resonance in the spectrum when operating in locked mode, using sample temperature control at 30 ˚C, and an air flow which is sufficient to change the sample temperature from 30 ˚C to 25 ˚C, within 0.1 ˚C, in less than 3 minutes. The system shall be equipped with a variable temperature control unit capable of providing less than 0.02°C sample temperature variation per 1°C room temperature change. The sample temperature control must operate over a range of -20°C to 80°C with setting and control being independent of room temperature. The system shall have the capability of processing and analyzing data from a previous experiment while simultaneously acquiring data for a new experiment. This shall hold true for both one- and multi-dimensional experiments, up to three dimensions. The system shall be able to conduct the following test successfully after installation in the buyers laboratory (all tests shall be conducted at 25˚C, while operating in the temperature controlled mode): The largest intensity observed in any of 10 consecutive 1H-13C spin-echo difference spectra for the anomeric proton at 5.4 ppm in a sample containing 50 mg sucrose in 0.5 ml D2O, using the following pulse sequence: 1H 90x - 3 msec - 180x - 3 msec - Acquire 13C 90x 90±x shall be smaller than 1% of the corresponding intensity observed in a single transient spectrum. Parameters: 25°C, SW = 5 kHz, exponential line broadening 1Hz, 13C transmitter at 100 ppm, non-spinning, full power 13C pulses, 4 dummy scans, acquire 2 scans, acquisition time 1.5 sec (8192 complex points, repetition rate 2.5 sec (including the acquisition time). The required service listed is requested to submit a capability statement to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. The intended procurement will be classified under North American Industrial Classification (NAICS) code 334516 with a size standard 500. All respondents are requested to identify their firm's size and type of business. Interested firms responding to this market survey must provide (a) capability statement demonstrating their experience, skills and capability to fulfill the Government's requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed 15 pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement, not to exceed 15 pages, should include references. Responses: E-MAIL will be accepted and can be sent to griffinv@mail.nih.gov The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors - Commercial items; 2) FAR Clause 52.212-2, Evaluation - Commercial Items. As stated in FAR Clause 52.212-2 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be advantageous to the Government, price and other factors considered. The following factors will be used equally to evaluate offers: Technical Evaluation, Price, and Past Performance. Note: Past Performance Information: Vendors must submit a listing of the most recent contracts/awards (minimum of 3) which demonstrate similar work in nature to this Solicitation. Contracts/awards may include those entered with the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1.Name of Contracting Organization 2.Contract Number (for subcontracts provide the prime contract number and the subcontract number) 3.Contract Type 4.Total Contract Value 5.Description of Requirement 6.Contracting Officer's Name and Telephone Number 7.Program Manager's Name and Telephone Number 3) FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; 5) FAR Clause 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions. The Dun and Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN) and the certification of business size shall be included. The clauses are available in full text at https://www.acquisition.gov PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the System For Award Management (SAM) http://www.sam.gov Interested vendors capable of providing the Government with the items specified in this synopsis should submit their quotation to the below address. Quotations will be due on or before August 7, 2015 at 11:00 a.m. EST. Offersors shall provide an original and one copy of your quotation. The quotation must reference Solicitation number NIHLM201552. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations may be submitted electronically to Verne Griffin at griffinv@mail.nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIHLM2015552/listing.html)
 
Record
SN03814324-W 20150731/150729235059-ff52387aef71d7c5c07285d197fd3549 (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 |
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.