Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 12, 2020 SAM #6831
SOLICITATION NOTICE

65 -- Spectrometer Nuclear Magnetic Resonance (NMR) Equipment Upgrades

Notice Date
8/10/2020 8:28:17 AM
 
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-20-141
 
Response Due
8/18/2020 6:00:00 AM
 
Archive Date
09/02/2020
 
Point of Contact
Amber Harris
 
E-Mail Address
amber.harris@nih.gov
(amber.harris@nih.gov)
 
Description
�� � �� �COMBINED SYNOPSIS / SOLICITATION WORKFORM (1)�� �Action Code: �Combined Synopsis/Solicitation (2)�� �Date: 8/10/2020 (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: Acquisition of a Spectrometer Nuclear Magnetic Resonance (NMR) Equipment Upgrades (8)�� �Proposed Solicitation Number: NICHD-20-141 (9)�� �Closing Response Date: 8/18/2020 (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-20-141 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 2020-07 effective 2 JULY 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 Acquisition of a Spectrometer Nuclear Magnetic Resonance (NMR) Equipment Upgrades �� ��� � 2.0�� �BACKGROUND Each NMR spectrometer comprises a superconducting magnet, a console that controls the generation, application and detection of radiofrequency pulses, and a probe (plus associated cryoplatform) that detects the NMR signal and transmits this to the console. In contrast to superconducting magnets which last effectively forever, technological improvements both in console and probe design significantly enhance capabilities and permit one to design ever more complex experiments that were not previously feasible. The two NMR consoles (500 and 800 MHz systems) are in excess of 10 years of age, and are no longer serviceable, and hence need upgrading. �Further, the upgrades to the latest generation of consoles will increase attainable signal-to-noise by 20%, reduce spectrometer artefacts and facilitate high quality data acquisition in samples where the solvent is predominantly H2O (as opposed to D2O). (Note most NMR data are acquired in H2O to permit observation of exchange backbone and sidechain amide groups). �In the case of the 800 MHz spectrometer, the Bruker Magnet Pump Control (BMPC) pump used to keep the pumped 800 MHz magnet at field also requires upgrading since replacement parts are no longer available, this is included in the 800 MHz console upgrade. The BMPC pump for the magnet (the 800 MHz magnet is a pumped magnet) is no longer supported and parts are no longer available � if this fails the magnet will quench. The BMPC pump has been in service since the 800 MHz was first installed in ~2000 (so failure is very likely in the near future); the console has been in service since 4/2011. The cryoplatform on the 900 MHz spectrometer is of the old variety that is no longer being supported by Bruker and no replacement parts are available. If this fails, the 900 MHz spectrometer will effectively be rendered useless. The cryoplatform replacement for the 900 MHz spectrometer is required as the current unit is over 10 years old and is no longer serviceable. The cryoplatform is an integral component of the cryoprobe that involves cooling to liquid helium temperatures, thereby reducing thermal noise and affording increases of 3-5-fold in signal-to-noise. 3.0�� �OBJECTIVE The main objective of this acquisition is to provide the NIDDK with a equipment and services to upgrade to the current 500, 800 and 900 MHz NMR spectrometers for the NIDDK Laboratory of Chemical Physics and Laboratory of Bioorganic Chemistry. �The purchase of these instruments is necessary to maintain the high quality of our research. � 4.0 �� �SALIENT / REQUIRED FEATURES AND SPECIFICATIONS Independently, and not as an agent of the Government, the contractor shall provide equipment and services to upgrade to the current 500, 800 and 900 MHz NMR spectrometers for the NIDDK Laboratory of Chemical Physics and Laboratory of Bioorganic Chemistry. Task Area 1 � Equipment Requirements � The contractor shall provide upgrades to the Bruker Avance Neo 800 MHz console, the Bruker Avance Neo 500 MHz console and the Bruker cryoplatform for the 900 MHz NMR system (Optional Task). �Upgrades must be compatible with the existing NMR spectrometer systems: ��� �Bruker Avance Neo 800 MHz console for Bruker 800 MHz spectrometer NIH 01835594, S/N 10026129) will be traded in for the existing console on that magnet ��� �Bruker Avance Neo 500 MHz console for Bruker 500 MHz spectrometer (NIH 1421933, S/N BH 027603) will be traded in for the existing console on that spectrometer �� � Task Area 2 � Shipping Requirements (International Shipments must include a provision for the vendor to hire a Customs Broker): The equipment shall be delivered to NIH no later than 8 months after receiving the PO unless NIDDK wishes to delay shipment for any reason. Deliver Bruker Avance Neo 800 MHz console� Deliver Bruker Avance Neo 500 MHz console� Deliver Bruker Cryoplatform for 900 MHz spectrometer� Task Area 3 � Inspection & Acceptance Criteria � The Project Officer or the Project Officer Supervisor will perform inspection and acceptance of materials and services to be provided. Inspection and acceptance will be performed at the place of installation �� National Institutes of Health, NIDDK, 9000 Rockville Pike, Maryland 20892. Task Area 4 � Maintenance � The vendor will provide a service warranty on the new equipment for a period of one year commencing on final acceptance or ninety days from shipping, whichever occurs first.� Inspection and acceptance will be performed at the place of installation �� National Institutes of Health, NIDDK, 9000 Rockville Pike, Maryland 20892. 4.1�� �OPTIONAL TASK � Additional Equipment for Upgrades �� � ��� �Cryoplatform for Bruker Avance 900 MHz spectrometer (NIH 01932854, Bldg 6/B1-27, S/N 110211018) 5.0�� �PURCHASE ORDER TYPE This Purchase Order is to be a firm fixed price.� 6.0�� �INSPECTION AND ACCEPTANCE Inspection and acceptance will be performed at the place of installation - National Institutes of Health, NIDDK, 9000 Rockville Pike, Maryland 20892. (i)�� �This requirement is being pursued through the authority granted in FAR 52.211-6, Brand Name or Equal. This is a requirement for a BRUKER BIOSPIN CORP AV4500+BH0040 AVANCE NEO 500MHz NMR Spectrometer Console, AV4800+BH0040 AVANCE NEO 800 MHz NMR 1 Spectrometer Console, and Option to buy-BH0410-01 Cryo-Platform. � (ii)�� �Period of Performance: �Date of Award through the Date/Time of Inspection and Acceptance of the delivered and installed equipment. (viii)�� �The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (iii)�� �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 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.�� �52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313) ii.�� �52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)) 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.�� �52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212) viii.�� �52.222-36, Equal Opportunity for Workers with Disabilities ix.�� �52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212) x.�� �52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496) xi.�� �52.222-50 Combating Trafficking in Persons xii.�� �52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving� xiii.�� �52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83) xiv.�� �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.�� �FAR 52.211-6, Brand Name or Equal (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 email to amber.harris@nih.gov (17)�� �Place of Contract Performance:� �� �National Institute of Health, NIDDK �� �8 Center Drive Bethesda, MD 20892 (18)�� �Set-aside Status: This is not applicable to this requirement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/33f1118dfac340b4a4e3201230b60dbd/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05751732-F 20200812/200810230151 (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 |
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.