SOLICITATION NOTICE
65 -- Procurement of Tunable Microwave Source
- Notice Date
- 5/13/2020 12:27:40 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
- ZIP Code
- 20817
- Solicitation Number
- NICHD-20-098
- Response Due
- 5/28/2020 6:00:00 AM
- Archive Date
- 06/12/2020
- Point of Contact
- Amber Harris
- E-Mail Address
-
amber.harris@nih.gov
(amber.harris@nih.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- �� � �� �COMBINED SYNOPSIS / SOLICITATION WORKFORM (1)�� �Action Code: �Combined Synopsis/Solicitation (2)�� �Date: 5/13/2020 (3)�� �Year: 2020 (4)�� �Contracting Office Zip Code: 20892 (5)�� �Project Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6)�� �Contracting Office Address: 6710B Rockledge Drive Bethesda, MD 20892 (7)�� �Subject/Title: Procurement of Tunable Microwave Source (8)�� �Proposed Solicitation Number: NICHD-20-098 (9)�� �Closing Response Date: 5/28/2020 (10)�� �Contact Point: Amber Harris (11)�� �Contract Award and Solicitation Number: TBD (12)�� �Contract Award Dollar Amount: TBD (13)�� �Contract Line Item Number(s): TBD (14)�� �Contractor Award Date: TBD (15)�� �Contractor Name: TBD (16)�� �Description: (Background) (i)�� ��This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. �This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.�� (ii)�� �The solicitation number is NICHD-20-098 and the solicitation is issued as a request for quote (RFQ). (iii)�� �The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06 effective 6 MAY 2020. (iv)�� �The associated NAICS code is 334516, Analytical Laboratory Instrument Manufacturing, and the small business size standard is 1,000. �The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13.� (v)�� �The Contractor Requirements are listed below: 1.0�� �PURCHASE ORDER TITLE Procurement of Tunable Microwave Source �� ��� � 2.0�� �BACKGROUND The Solid State NMR and Biomolecular Physics (SSNMRBP) Section of the Laboratory of Chemical Physics, NIDDK requires a tunable microwave source, capable of covering the 260-265 GHz range, for solid state NMR measurements in which signal strengths are enhanced by ""dynamic nuclear polarization"" (DNP). �DNP is a phenomenon in which irradiation of paramagnetic substances with resonant microwaves leads to large NMR signal enhancements. �Current DNP-enhanced experiments in SSNMRBP use tunable microwave sources with output powers less than 50 mW. �Larger microwave power will produce larger signal enhancements, thereby reducing the time required to complete the NMR measurements and reducing the quantities of samples that are needed for successful NMR measurements. �Due to improvements in technology, tunable microwave sources are now available with output powers of 180 mW or more over the required 260-265 GHz range. �Procurement of one of these microwave sources will accelerate research progress in SSNMRBP and will enable new experiments that are not feasible with lower-power sources. 3.0�� �OBJECTIVE The scientific objectives of this research are to determine molecular structures of transient intermediate states in protein folding and self-assembly processes and to acquire magnetic resonance images of intracellular structures with micron-scale spatial resolution. �Achievement of these objectives requires procurement of the microwave source discussed in the Statement of Work. 4.0 �� �SALIENT / REQUIRED FEATURES AND SPECIFICATIONS 263 GHz AMC - Amplifier / Multiplier Chain Performance: >230mW peak power between 260-265 GHz, 180mW typical across 260-265 GHz Expected Configuration: x2Amp/x2/Amp/x2/x2 A turn-key, frequency sweepable system with a TTL modulation port Required Input Power: 16 dBm (expected) Switching Speed: 2 mS for <25MHz, ~14mS/GHz for larger steps Phase Noise: -100dBc/Hz at 10 kHz offset at output frequency of 16GHz Interface: USB control with Labview based software; Features: CW mode, Stepped CW mode, Stepped FM mode, Sweep CW mode Coax coupler included for frequency monitoring This microwave source, consisting of a 263 GHz amplifier/multiplier chain and a tunable synthesizer, is required for experiments in Dr. Tycko's lab (building 5, room 410-412) in which microwave irradiation is used to enhance nuclear magnetic resonance signals, based on dynamic nuclear polarization. � 5.0 �� �TASKS AREAS Independently, and not as an agent of the Government, the contractor shall perform all of the detailed Task Areas listed below: The vendor will supply one microwave source with the following specifications: 1. The output frequency range shall be at least 260-265 GHz. 2. �The output power shall be at least 180 mW across the 260-265 GHz range. 3. �It shall be possible to perform frequency switching, frequency modulation, and frequency sweeps under external computer control, using a USB connection to the external computer and Labview software. �It shall be possible to perform frequency sweeps over a 0.4 GHz output frequency range at rates up 5 MHz per microsecond. �It shall be possible to modulate the output frequency with a modulation amplitude of 0.4 GHz at a modulation rate of 2.8 kHz. 4. �Frequency output stability shall be better than 1 ppm, or better than 260 kHz stability at 260 GHz. 5.1�� �Task Area 1 � Delivery Timeline � 24 weeks ARO 5.2�� �Task Area 2 � Shipping Instructions � Shipping Terms: DAP- Delivered at Place, Import Duty Unpaid. Vendor will cover the cost of shipping. Since this is a domestic shipment Import Duties do not apply. Shipping to NIH building 5, room 409 at the responsibility of the vendor. � � 5.3 � � � Task Area 3 � Installation requirements - There is no installation services. VDI provides a user guide to help assist the user to operate the product. Over the phone or email support provided as needed. 6.0�� �PURCHASE ORDER TYPE This Purchase Order is to be a firm fixed price.� 7.0�� �INSPECTION AND ACCEPTANCE Inspection and acceptance will be performed at the place of installation - National Institutes of Health, NIDDK, 9000 Rockville Pike, Maryland 20892. (vi)�� �This requirement is being pursued through the authority granted in FAR 52.211-6, Brand Name or Equal. This is a requirement for a Virginia Diodes, Inc. 263 GHz AMC - Amplifier / Multiplier Chain and Tunable Synthesizer (VDI, YIG Based) are required for experiments in which microwave irradiation is used to enhance nuclear magnetic resonance signals, based on dynamic nuclear polarization. to enable the NIDDK to measure transcriptional activity by luciferase reporter assay, RNA, DNA and protein concentration from small tissue for investigating true target genes of thyroid hormone receptor beta. (vii)�� �Period of Performance: �Delivery Within 24 weeks ARO (viii)�� �The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (viii)�� �The provision at FAR clause 52.212-2, Evaluation � Commercial Items, is applicable. �Award will be made to the contractor providing the most advantageous quote to the Government. �Technical factors, past performance, and price considered with technical factors outweighing price. � Specifically, the following technical factors will be evaluated: i.�� �The vendor will be evaluated on their quoted product meeting the specifications under section 16.v 4.0 SALIENT / REQUIRED FEATURES AND SPECIFICATIONS (x)�� �FAR clause 52.212-3, Offeror Representations and Certifications � Commercial Items, is applicable. �An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision. � (xi)�� �FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. (xii)�� �FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items, applies to this acquisition. �Including the following clauses and Prohibitions: i.�� �52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644) ii.�� �52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)) iii.�� �52.219-28, Post Award Small Business Program Representation iv.�� �52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). v.�� �52.222-21, Prohibition of Segregated Facilities vi.�� �52.222-26, Equal Opportunity vii.�� �52.222-36, Equal Opportunity for Workers with Disabilities viii.�� �52.222-50 Combating Trafficking in Persons ix.�� �52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving� x.�� �52.225-13, Restrictions on Certain Foreign Purchases Additional Clauses: i.�� �52.232-33, Payment by Electronic Funds Transfer� System for Award Management (Jul 2013) (31 U.S.C. 3332) ii.�� �52.232-39, Unenforceability of Unauthorized Obligations (xiii)�� �Additional Contract Requirements: None (xiv)�� �The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable.� (xv)�� �Offers shall be submitted via https://beta.sam.gov Contract Opportunities (17)�� �Place of Contract Performance:� �� �National Institute of Health, NIDDK �� �5 Memorial Drive Bethesda, MD 20892 (18)�� �Set-aside Status: This requirement is set aside for small business. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/61d7710d618c48eaa9a44952a6e8d052/view)
- Place of Performance
- Address: Bethesda, MD 20817, USA
- Zip Code: 20817
- Country: USA
- Zip Code: 20817
- Record
- SN05656600-F 20200515/200513230158 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |