|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1998 PSA#2163National Cancer Institute, Research Contracts Branch, PSAS, 6120
Executive Blvd, EPS/Room 638, Bethesda, MD 20892-7227 66 -- INSTRUMENTS & LABORATORY EQUIPMENT SOL RFQ-NCI-80199 DUE 090898
POC Cynthia Brown, Purchasing Agent, 301-402-4509, Todd Cole,
Contracting Officer This is a combined synopsis/solicitation for
Commercial Items, prepared in accordance with the format in FAR 12.6,
as supplemented with additional information included in this notice.
This announcement constitutes the only solicitation and a separate
written solicitation will not be issued. This solicitation, No.
#RFQ-NCI-80199, includes all applicable provisions and clauses in
effect through FAR FAC 97-06. The acquisition will be made pursuant to
the authority in FAR 13.6 to use simplified procedures for commercial
acquisitions.This requirement is set-aside for small businesses. The
Standard Industrial Classification Code is 3826, and the business size
standard is 500 employees. A. Background: The In Vivo NMR Research
Center currently has a 4.7 Tesla 40 cm imaging intrument that was
originally purchased from General Electric NMR instruments. This
instrument was upgraded in February 1997 to use a Varian Inova control
console configured for imaging, using a Sun Ultra workstation as the
user interface, using the original Oxford magnet model 200/400
horizontal bore, system 29588, and magnet 27537. The present GE/Bruker
Acustar shielded gradients are driven by a set of Crown Techron 8606
amplifiers. The room temperature shim supply is an Oxford 14-channel
modular supply. The gradient cooling is provided by a Neslab System II
water-to-water heat exchanger using PD1 pumps supplying recirculating
water at 80 psi, 1.5 liter/minute at 45 degrees Fahrenheit. B. Basic
Requirement:1. Upgraded Gradients:The National Cancer Institute
(NCI)/NIH, on behalf of the National Institute of Neurological
Disorders and Stroke/In Vivo NMR Research Center, is soliciting
quotations for upgraded gradients system for the magnet system
described under "Background" above and certain potential enhancements
to that system. The gradients must meet the following requirements:
Dimensions: Internal diameter of 305mm + or -- 10 mm, and outside
diameter of 395 mm + or -- 5 mm. Gradient Strength: 60 milliTesla/meter
minimum on each axis, at rated current. Non-Linearity: Over 10 cm dsv
-- 2% span, over 20 cm dsv -- 3% span for all axes, Duty Cycle: Minimum
12 mT/m continuous, all axes simultaneously, 15 mT/m on any one
axis.Residual Eddy Currents: Less than 1% each axis. Temperature
Sensors: At least four, placed at potential hot-spots of gradients,
embedded sensors to interface with Gradient Monitor Electronics below.
Built-in Room Temperature Shims: Z0, Z2, Z3, Z4, ZX, ZY, R2, XY, Z2X,
Z2Y,ZR2, ZXY, effective over 20 cm dsv. Specify the strength of each
component of shim at 2 amperes shim current.
Exchangeability:Quick-disconnect for current lines, sensor lines and
cooling lines for each exchange of gradient sets. Shielding: Integral
RF shielding with hinged end-cap doors and in-line filters for current
and sensor lines to provide at least 80 db of shielding from external
RF signals for frequencies from 25 Mhz to 200 MHz. Risetime: Less than
300 usec 1% to 99% rated gradient strength using proposed gradient
amplifiers. 2. Insert Gradient Set: Provide an insert gradient set that
meets the following requirements: Dimension: Inside dimension of 150 mm
and outside dimension to fit in 310 mm gradient; Gradient Strength: At
least 150 mT/m at rated current; Non-linearity: over 5cm dsv 2% span
maximum over 10 cm dsv 3% span over all axes, Risetime: Less than 200
usec from 1% to 99% of rated current. Duty cycle: at least 20% of the
maximum rated gradient continuous on all axes simultaneously, and 25%
of maximum gradient on any one axis continuous. Built-in Room
Temperature Shims: Z0, Z2, Z3, Z4, ZX, ZY, R2, XY, Z2X, Z2Y, ZR2, ZXY;
The related supporting information must include the strength of each
component of shim at 2 amperes shim current. Temperature sensors: at
least four, placed at potential hot-spots of gradients, embedded
sensors, to interface with Gradient Monitor Electronics below. 3.
Gradient Monitor Electronics: To monitor gradient temperature, peak
currents, duty cycle, to switch gradient amplifiers to standby in case
of excess gradient temperature, current, or duty cycle. Settings for
maximum gradient temperature, peak currents, and duty cycles must be
settable for each of several gradient sets, in software supplied by
vendor. Temperature monitor circuits should be compatible with the
existing government-owned gradient sets with imbedded copper-constantan
thermocouples. 4. Gradient Amplifier Set: Provide a gradient amplifier
set to meet the following requirements: To provide voltage (at least
100 volts) and current (at least 100 amperes) required for each of the
gradient sets offered to meet their performance specification. Eddy
Current Electronics: To provide compensation for at least three (3)
components of eddy current gradients in each of X, Y, Z, BO, and
cross-terms XY, YX, ZX, XZ, YZ, ZY and ZZ2. It must be programmable in
software provided by the vendor. Inputs: a) balanced analog drive, 2
vpp to give maximum output current; b) balanced input for shim current
(+ or -- 10 vdc input to give small dc offset in gradient current,
with adjustable gain settings) c) a 16-bit digital drive would be
desirable Adaptability -- to be easily adaptable for various gradient
coil sets, including three (3) existing smaller (120mm, 65mm and 35 mm
I.D.) government-owned sets, to include supplying compatible cable
connectors for current- and temperature-sensing cables, to be attached
to the existing sets. Duty Cycle: Specify the ramping duty cycle,
including (1) the percentage of time that the amplifier set can run a
triangle gradient at rated risetime of gradients and rated current, and
(2) the current amplitude the amplifier set can continuously run a
triangle gradient at rated minimum risetime. Fuses: to provide a fuse
holder and appropriate in-line fuses for each gradient coil set, to
provide ultimate over-current protection for the gradient sets. 5.
Installation and training :Vendor shall provide all labor, tools,
equipment and materials for installation of this gradient system on the
subject instrument in the NIH's lab at Bethesda, Maryland, during
regular business hours at the convenience of the vendor and NIH. NIH
will provide assistance in operating the control console (a Varian
INOVA) as needed for the installation and testing. On-site training on
the operation and care of the gradient system shall be provided to at
least two NIH personnel in the process of installation. Complete
documentation and schematics of all parts of the system shall be
provided on installation. C. Potential Enhancement:Gradient
Installation Device: Offerors may also propose to provide a trolley or
other appropriate mechanical device that allows two people of average
strength to install and remove the insert and/or primary 305mm
gradient set from the magnet bore. D. Offers, Evaluation, and Basis for
Award: The technical portion of quotations will receive paramount
consideration in selecting a vendor(s). However, cost/price will also
be a significant factor in the event that two or more vendors are
determined to be essentially equal following the evaluation of
technical factors. All offers must include the items specified under
"Basic Requirement" above to be considered for award. Offers must
include a compatible amplifier set unless the upgraded gradients are
warranted to be compatible with the NMR Research Center's existing
amplifier set. The following technical criteria will be used in
evaluating offers for the basic requirement: 1.) Demonstrate and
provide evidence that the gradient strength meets or exceeds the above
requirement (25 points) 2.) Demonstrate and provide evidence that the
gradient duty cycle meets or exceeds the above requirement (25 points)
3.) Demonstrate and provide evidence that the gradient linearity meets
or betters the above requirement (25 points) 4.) Demonstrated
corporate experience in providing similar equipment. (25 points) The
trolley or other device to assist in installing the primary and insert
gradient sets may be included or excluded from offers at the
discretion of the offeror. The device's technical attributes and price
will be evaluated separately from the basic requirement, and the
technical evaluation will focus on performance/functionality. The
technical portion of the best value analyses will be conducted by a
NINDS technical review committee. All systems and devices offered must
have a minimum warranty period of one year including parts and labor.
Delivery shall be made F.O.B. Destination, inside delivery, no later
than 180 days after contract award to the In Vivo NMR Research Center,
Bethesda, Maryland. The following FAR provisions and clauses apply to
this acquisition: FAR 52.212-1, INSTRUCTION TO OFFERORS -- COMMERCIAL
ITEMS; FAR 52.212-2, EVALUATION -- COMMERCIAL ITEMS; FAR 52.212-3,
OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS -- WITH
DUNS NUMBER ADDENDUM; FAR 52.212-4, CONTRACT TERMS AND CONDITIONS --
COMMERCIAL ITEMS; and FAR 52.212-5, CONTRACT TERMS AND CONDITIONS
REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS
-- DEVIATION FOR SIMPLIFIED ACQUISITIONS. The following FAR clauses
cited in paragraph (b) of the clause at FAR 52.212-5 are also
applicable to this acquisition: FAR 52.222-26, EQUAL OPPORTUNITY; FAR
52.222-35, AFFIRMATIVE ACTION FOR DISABLED VETERANS AND VETERANS OF THE
VIETNAM ERA; FAR 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH
DISABILITIES; FAR 52.222-37, EMPLOYMENT RECORDS ON DISABLED VETERANS
AND VETERANS OF VIETNAM ERA; and FAR 52.225-3, BUY AMERICAN ACT --
SUPPLIES. Full text copies of the representations and certifications or
other cited provisions and clauses may be obtained from Cynthia Brown,
Purchasing Agent, on (301) 402-4509 . Offers must be submitted on an
SF-18 or SF-1449 with a completed "Schedule of Offered
Supplies/Services." Offers must be accompanied by a completed "Offeror
Representations and Certifications- Commercial Items -- with Duns
Number Addendum," signed by an authorized representative of the
offeror. Offers must also be accompanied by descriptive literature,
warranty information, and/or other information that demonstrates that
the offer meets the foregoing requirements and information on the
offeror's experience in providing similar equipment. Offers and related
materials must be received in this office no later than 3:00 pm EST on
September 8, 1998. Please cite the solicitation number, RFQ-NCI-80199,
in your offer. Posted 08/18/98 (W-SN238297). (0230) Loren Data Corp. http://www.ld.com (SYN# 0359 19980820\66-0002.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|