Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1998 PSA#2157

USDA-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