|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1998 PSA#2157USDA-ARS-FAA, Richard B. Russell Center, 950 College Station Road,
Athens, GA 30605-2720 66 -- NMR SPECTROMETER CONSOLE SOL RFQ-021-4384-98 DUE 091198 POC Pat
Lang, Procurement Assistant, (706)546-3533); Alan Moore, Contracting
Officer, (706) 546-3530 (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; prices are
being requested and a written solicitation will not be issued. (ii)
This solicitation number RFQ-021-4384-98 is issued as a request for
quotation. (iii) The solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-4. (iv) This procurement is unrestricted. The standard industrial
classification code is 3826. The small business size standard is 500
employees. (v) CLIN #1: NMR Spectrometer Console, 1 each. CLIN #2
(Option item #1): A replacement X, Y, Z gradient control system
including pre-emphasis and gradient current amplifiers or capability of
utilizing an existing Bruker MSL gradient control system shall be
provided for microimaging applications. CLIN #3 (Option item #2):
Replacement room temperature shim system with a digital lock control
system for Spectrospin 89 mm bore 7.05 Tela magnet. (vi) The NMR
spectrometer console shall be compatible with a Spectrospin 89 mm
vertical bore 7.05 Tesla superconducting magnet and with existing
Bruker solution, solids and imaging probes. The spectrometer shall be
capable of performing high resolution CPMAS experiments on solid
samples, high-resolution multi-dimensional experiments in solution and
magnetic resonance imaging on samples up to 25 mm in diameter. Two
frequency channels are required, with the capability of the addition of
more channels. Each channel shall be capable of operating both
synchronously and asynchronously, with digital generation of offset
frequencies and phases. Each channel shall be capable of providing
shaped pulses via modulation and attenuation of the frequency
synthesizer output. The proton transmitter shall operate at 300 MHz and
shall be capable of simultaneously performing excitation and decoupling
applications requiring multiple power levels. The proton transmitter
shall provide up to 100 W in pulsed operation with an attenuation range
of 110 dB. Capability for utilization of an existing Bruker 1kW high
power amplifier and a upgrade to a microprocessor air controller shall
also be provided. The X frequency transmitter(s) shall be capable of
providing up to 300 W of output power in pulsed operation with an
attenuation range of 110 dB and also be capable of utilization of the
existing Bruker 1kW high power amplifier. The receiver system shall be
capable of digital oversampling and digital signal filtering.
Communication between the data acquisition processor and the NMR
workstation shall be through a dedicated Ethernet/NFS link. The data
acquisition processor shall be capable of communication with an
existing 64 bit UNIX based operating system on a Silicon Graphics
Indigo 2 platform. (vii) Delivery and console installation shall be
made in room B12 of the R. B. Russell Research Center, 950 College
Station Road, Athens, GA 30605. Delivery shall be within 90 days of the
contract with 30 days advance notice of estimated delivery date.
Acceptance shall be made at destination. (viii) The provision at
52.212-1, Instruction to Offerors -- Commercial, applies to this
acquisition. (ix) The contracting officer will make award based on
price and price-related factors. Credit for trade-in of existing MSL
300 console shall be considered. (x) Offeror shall include a completed
copy of the provision at FAR 52.212-3, Offeror/Representations and
Certifications -- Commercial Items, with its proposal. (xi) FAR
52.212-4, Contract Terms and Conditions -- Commercial Items, applies to
this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items,
applies to this acquisition. The following FAR clauses cited in
52.212-5 are applicable to this acquisition: 52.203-6; 52.219-8;
52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-3; 52.225-9. (xiii)
Vendor shall demonstratefunctions of solution, solid and imaging NMR
techniques prior to acceptance. The standard commercial warranty shall
apply from date of acceptance. The contractor shall extend to the
Government the full coverage of any standard commercial warranty
normally offered in a similar commercial sale, provided such warranty
is available at no additional cost to the Government. Acceptance of the
standard commercial warranty does not waive the Government's rights
under the Inspection clause nor does it limit the Government's rights
with regard to the other terms and conditions of this contract. In the
event of a conflict, the terms and conditions of the contract shall
take precedence over the standard commercial warranty. The contractor
shall provide a copy of its standard commercial warranty (if
applicable) with its response. (xiv) Responses are due by 4:00 p.m.
local time, September 11, 1998, at USDA Agricultural Research Service,
950 College Station Road, Athens, GA 30605-2720 (or P. O. Box 5677,
Athens, GA 30604-5677). (xv) Point of contact for this acquisition is
Alan Moore, Contracting Officer, (706) 546-3530, fax (706) 546-3444.
Posted 08/10/98 (W-SN235038). (0222) Loren Data Corp. http://www.ld.com (SYN# 0416 19980812\66-0009.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|