Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 6, 2000 PSA #2741
SOLICITATIONS

66 -- HIGH PERFORMANCE DIGITAL NMR SPECTROMETER

Notice Date
December 4, 2000
Contracting Office
ESC/PKOP, Services Branch, Operational Contracting Division, = 104 Barksdale St., Hanscom AFB, MA 01731-1806
ZIP Code
01731-1806
Solicitation Number
F19650-01-Q-0001
Response Due
December 18, 2000
Point of Contact
Tanya Bigelow, Contract Specialist, (718) 377-6779, Laura = Dionne, Contracting Officer, (7810 377-2030
E-Mail Address
Click Here to E-mail the POC (Tanya. Bigelow@hanscom.af.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format described in FAR Subpart 12.6, = as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ), F19650-01-Q-0001. This document and incorporated provisions and = clauses are those in effect through FAC 97-20 dated 11OCT00. The North = American Industry Classification System (NAICS) is 334516 and the small business size standard is 500. The procurement is to consists of the following: CLIN 0001, 1 each, furnish and install a nuclear magnetic resonance = (NMR) spectrometer for quantum information processing. The NMR spectrometer will be used to implement a prototype Type-II quantum computer and therefore any quotation must include sufficient hardware = and software controls to accomplish the task (for additional information on the Type-II quantum computers consult the USAF webpage at http://xyz.plh.af.mil/). The NMR spectrometer must be able to = accommodate a prototype type-II quantum computer which is configured as a three-dimensional array with at least 256 quantum computing nodes with = at least 3 quantum bits per node. The NMR spectrometer must have = sufficient hardware and software capability to (1) prepare the initial state of = the type-II quantum computer by independently setting the state of each = qubit in the array, (20 implement successive universal two-qubit gates with = each quantum computing node; and (3) allow measurements of the probability = of occupancy of the two-quantum states of each qubit in the array. The = NMR spectrometer must use an actively shielded superconducting magnetic system with at least a 5.4 centimeter bore that can generate an operational magnetic filed of at least 11.746 Tesla, and be equipped with a vibration isolation stand. The magnet = must be equipped with minimum of 28 shim gradients to achieve high spectral resolution. The NMR spectrometer must include a deutherium field frequency lock with fast ample and hold for use with pulsed field gradients. The spectrometer system must include a digital acquisition = and control system managed through an industry standard host workstation. = The NMR spectrometer must include at least three independently controlled = RF transmissions. The proton transmitter must additionally cover the Fluorine, be at least 100 W linear and provide full modulation control = up to the full power of the amplifier. Each lower frequency transmitter = must be broadband from less than 10 MHz to greater than 220 MHz with at least 300 W of pulse per and provide a full modulation control up tot he full power of the amplifier. The transmitters must be capable of performing coherent quantum control experiments as described by Professor Cory's group (Nuclear Engineering = at MIT). The spectrometer must include frequency/phase control of at = least 0.001 Hz and 0.05=BA with a timing resolution of at least 12.5 nsec. = The amplitude modulation must be linear, phase constant and operate of over the full power range of the transmitters. The receiver must be at = least 16 bit at 2MHz sampling rates and with over-sampling for spectral = ranges below 40 kHz. The spectrometer must also be equipped with gradient control for three axis gradients including gradient amplifiers capable = of delivery 10 A, and pre-emphasis. Computer controlled variable = temperature control of the sample temperature is required. The system must be equipped with a series of = peramplifiers, including for proton/fluorine, deuterim, and broadband unit. The preamplifier must additionally include the capability of adjusting the match/tuning conditions. The system must be equipped with two high-resolution probes: 1) 5mm inverse detection C/N{H} with D lock = and triple axis gradients; and 2) 8mm inverse detection C{H} with D lock = and triple axis grandients. The probes must have magnetic field control simultaneously along the orthogonal x, y, and z directionals. All quotations must include at a minimum, a five-(5) day on-site training course on the use of the test equipment and control software and = complete set of system documentation and manuals in both electronic and printed forms. Delivery to Hanscom AFB, MA is required within 6 months after contract award. FOB Point: Destination. The following provisions and clauses apply to this procurement: FAR = 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2, Evaluation -- = Commercial Items, (the evaluation factors to be included in paragraph (a) are "Technical capability of the item, Price and Past Performance), FAR 52.212-3, Offeror Representations and Certifications-Commercial Items = (all offerors shall include a completed copy of this provision with their proposal), FAR 52.212-4, Contract Terms and Conditions-Commercial = Items, and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (in paragraph (b) the following clauses apply: FAR52.203-6, 52.219-4, 52.219-8, 52.219-9, 52.219-23, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1), FAR 52.204-6, Contractor Identification Number -- Date = Universal Numbering Systems (DUNS) Number, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (CCR), DFARS 252.204-7004, Required Central Contractor Registration (MAR 1998), DFARS 252.212-7000, Offeror Representations = and Certifications-Commercial Items (NOV 1995) and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or = Executive Orders Applicable to Defense Acquisitions of Commercial Items (in paragraph (b) the following clause applies: DFARS 252.212-7001, = Contract Terms and Conditions Required to Implement Statures or Executive Orders Applicable to Defense Acquisitions of Commercial Items [MAR 2000]). Clauses and Provisions may be accessed in full text at http://farsite.hill.af.mil. All offers are due no later than 12:00PM (local time) 18DEC00. Offers may be emailed to Tanya.Bigelow@hanscom.af.mil, faxed to 781-377-4324 or mailed to = ESC/PKOP, ATTN: Tanya Bigelow, 20 Schilling Circle, Hanscom AFB, MA 01731. Be advised that = all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive a contract award. If = you are not registered, you may request an application via 888-227-2423 or apply on-line at http://www.ccr.dlsc.dla.mil or http://www.ccr2000.com.
Web Link
ESC Business Opportunities Web Page (http://www.herbb.hanscom.af.mil)
Record
Loren Data Corp. 20001206/66SOL003.HTM (D-339 SN5079I9)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on December 4, 2000 by Loren Data Corp. -- info@ld.com