SOLICITATION NOTICE
66 -- REFURBISHED BRUKER AVANCE 300 MICRO BAY SHIELDED MAGNET NMR SYSTEM
- Notice Date
- 6/15/2022 8:16:55 AM
- Notice Type
- Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- RFQ-NIAID-2113422
- Response Due
- 6/30/2022 9:00:00 AM
- Archive Date
- 07/15/2022
- Point of Contact
- Maliaka Pinkney, Phone: 2406695308, Julienne Keiser, Phone: 4063639370
- E-Mail Address
-
maliaka.pinkney@nih.gov, jkeiser@niaid.nih.gov
(maliaka.pinkney@nih.gov, jkeiser@niaid.nih.gov)
- Description
- This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and solicitation for commercial Items,� as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-2113422 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-03 February 19, 2021. The North American Industry Classification System (NAICS) code for this procurement is 334516, ANALYTICAL LABORATORY INSTRUMENT MANUFACTURING, with a small business size standard of 1000 Employees. The requirement is being competed as a brand name requirement without a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement to purchase a refurbished Bruker Ultrashield 300MHz to replace the Varian Mercury 300MHz system. The room that houses our current NMR system is compact and cannot physically accommodate most NMR systems as is and would require cost prohibitive modifications that are also potentially compromising to the safety of the building. The brand name requirement for a refurbished Bruker NMR machine. A mandatory site visit will be held on (June 22, 2022, at 11:00 AM at 9000 Rockville Pike, Bldg. 33, Room 2W20, contact person Michael Goodwin, p. 301-761-6321 ). The site visit is required, to ensure that all measurements for installation. NMR magnet and components should fit through door 34� wide (7� 2� height) and have a minimum operating and cryo-filling height less than 8� 10� (ceiling ht). The 5-gauss line and instrument should fit into a room 9 x 14� (one wall leads outside and gauss line can extend). Current NMR is a Varian Mercury 300 and is offline. Vendor needs to clear this NMR from room as part of installation (either as trade-in or crate for gov�t surplus). System includes series 6000 300MHz �R2D2� style magnet with Mercury console, Sun Ultra 5 computer (inoperable) with 18� monitor and HP LaserJet 1320 printer. The UHP Dry air generator currently in the room shall be used to supply compressed air to the NMR and not part of the Trade-in. ** The Contractor is responsible for any materials or special tools and instruments for transportation and installation, such as engine hoist, vacuum pump, power board and charging rod to energize magnet and shims, oscilloscope for tuning system, software for computer, and nonferromagnetic tools.** Quote must include pricing for the following items below: 1. Bruker AVANCE 300 Micro Bay Shielded Magnet NMR System � Reconditioned Bruker AVANCE Micro Bay 300 Console - System includes series 6000 300MHz �R2D2� style magnet with Mercury console � Bruker Ultra Shield 300 MHz Long Hold Superconducting Magnet � High performance PC with 24� Monitor, keyboard, mouse � Bruker TOPSPIN NMR Operating Software � HP LaserJet 1320 printer � Variable temperature accessory � Liquid Helium monitor � Flexible Stainless Steel Liquid Helium Transfer Line � Gradient Controller and amplifier � Broadband 5mm Probe covering range of H1, plus N15 to P31 with Z Gradient � Broadband RF system � RT Shims � Sample Lift/Spinning Assembly � RF Transmitter and Receiver � H2 Lock System � Operations Manuals � Up to one day basic training / software and basic magnet care � Shipment and installation of all components � System demonstration to meet all original functional and operational characteristics and manufacturers specifications after installation. � 12-month warranty of parts and labor after installation 2. Removal of old equipment and installation of new equipment. - Removal or crating of trade in equipment: Vendor needs to clear this NMR from room as part of installation (either as trade-in or crate for gov�t surplus) 3. Trade-in - Possible trade in of (Varian NMR, Model# Mercury 300, Serial# G2200-S009352 , and year). This trade in is not guaranteed, but dependent on value offered. Sun Ultra 5 computer (inoperable) with 18� monitor. Removal or crating of trade in equipment: Vendor needs to clear this NMR from room as part of installation (either as trade-in or crate for government surplus) - Installation of New equipment: UHP Dry air generator currently in the (Bldg. 33, Room# 2W26) shall be used to supply compressed air to the NMR and not part of the Trade-in. 4. Training 5. 12-month service contract 6. Shipping Place of Performance: NIH, 9000 Rockville Pike, Bethesda, MD 20892, United States. FOB: Destination The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the following: technical capability to meet the requirements and price. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (June 2020) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (AUG 2020) FAR 52.204-7 System for Award Management (Oct 2018) (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (Jan 2017) 52.204�24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-24 The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (OCT 2018) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (SEP 2021) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than June 30, 2022 @ 12:00 PM EST Offers may be e-mailed to Maliaka Pinkney (E-Mail/maliaka.pinkney@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-2113422). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Maliaka Pinkney @ maliaka.pinkney@nih.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/69bf1251f29c4827a3c6c8a3e2678105/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06359647-F 20220617/220615230112 (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 |