Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2005 FBO #1353
SOURCES SOUGHT

59 -- PROVIDE HIGH RESOLUTION MAGIC ANGLE SPINNING (HRMAS) WITH ACCESSORY PACKAGE

Notice Date
8/8/2005
 
Notice Type
Sources Sought
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
Reference-Number-NCNS4000500145CMM
 
Response Due
8/23/2005
 
Archive Date
9/7/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Ocean Service (NOS) Charleston, SC to provide a High Resolution Magic Angle Spinning (HRMAS) with an accessory package that includes 1) Gradient HRMAS Dual Probe, 2) MAS Control Unit, 3) 3 Ceramic HRMAS Rotors, 4) Rotor packaging and cap removal tools, 5) Installation. This constitutes the only Request For Quote (RFQ), written quotes are being requested; and a written RFQ will not be issued. This notice is hereby issued as RFQ No. NCNS4000-5-00145CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05. The line item(s) will be provided in accordance with the specifications listed below. The prices shall be all inclusive of costs. The FAR clauses incorporated into this acquisition shall be: 52.211-8 Time of Delivery (Jun. 1997) Alt. I (Apr. 1984){The Government requires delivery to be made prior to September 30, 2005.}, 52.212-4 Contract Terms and Conditions ?V Commercial Items (Oct. 2003), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ?V Commercial Items (Apr. 2005) (Sections 14, 15, 16, 17, 18, 19, 20, 24 Alt. I, 26, and 31), 52.247-35 F.O.B. Destination within Consignee??s Premises (Apr. 1984) {Contractor will be responsible for arranging clearing customs if foreign product and delivery to site as specified.}. The FAR provisions incorporated into this acquisition shall be: 52.211-6 Brand Name or Equal (Aug. 1999){Described under Minimum Salient Characteristics in this notice}, 52.212-1 Instructions to Offerors ?V Commercial Items (Jan. 2005), 52.212-3 Offeror Representations and Certifications ?V Commercial Items (Mar. 2005), 52.214-34 Submission of Offers in the English Language (Apr. 1991), 52.214-.5 Submission of Offers in U.S. Currency (Apr.1991). FAR clauses and provisions are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (Mar. 2000) (*see text below), 1352.246-70 Inspection and Acceptance (Mar. 2000){The Contracting Officer or the duly authorized representative will perform inspections and acceptance of supplies to be provided under this contract . Inspection and Acceptance of equipment will be performed at the National Ocean Service, 219 Fort Johnson Road, Charleston, SC 29412-9110}. Full text of these CAR clauses is available upon written request by sending an email to carey.m.marlow@noaa.gov. Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Offers must be received on or before 2:00 pm CDT, Tuesday, August 23, 2005. Offers may be faxed to 816-426-5067 Attn: Carey Marlow. In addition to price, offers must include the following: 1)a completed copy of the provisions contained in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 2)certification of registration in the Central Contractor Registration database; 3)a proposed delivery schedule; 4)descriptive literature, if providing other than the brand name; 5) Warranty Information; and 6) references for conducting past performance reviews. This is a firm fixed price solicitation. PRODUCT DESCRIPTION: The contractor shall provide an accessory package that must allow the performance of High Resolution Magic Angle Spinning (HRMAS) experiments on semi-solid materials such as gels and tissues. The accessory must include components, such as a HRMAS Probe and spinning rate controller, so that experiments can be performed using the existing 500 MHz Standard Bore Bruker Instruments, Inc. spectrometer console, software, and pulse programs. The contractor shall provide the accessory package per the minimum requirements shown herein to include all manuals, schematics, mechanical drawings for operation, and warranty information. This equipment will be utilized by the NOS, Center for Coastal Environmental Health and Biomolecular Research (CCEHBR) for Nuclear Magnetic Resonance (NMR) experiments on an existing 500 MHZ Standard Bore Bruker Instruments, Inc. NMR spectrometer. Minimum Salient Characteristics: Probe: ?X Dual, Inverse High Resolution Design ?X Single-coil design for 13C and 1H. (Optimized for 1H observation) ?X Observation and decoupling of 13C ?X 2H lock channel ?X Sample volume from 10uL to 80uL. ?X 4mm Rotor design ?X Spinning speeds up to 15kHz ?X Diameter: 54 mm (sized for 500 MHZ Standard Bore magnet) ?X Length: sized for 500MHz Standard Bore magnet ?X Gradient Coil: Integral magic angle single-axis coil ?X Minimum Strength: 5.5 G/cm-A (for use with a 10A gradient supply) ?X Variable Temperature capability: -20C to +80C ?X Signal / Noise: 1H > 130:1 (0.1% ethyl-benzene, 200Hz noise, 50uL) 1H > 25:1 (2mM sucrose/D2O, 50 uL) 13C > 35:1 (ASTM Standard, 50uL) ?X Pulse Widths: 1H 90-degree pulse width < 5us 13C 90-degree pulse width < 6us ?X Lineshape (50uL 3A% CHCI3) 1H Lineshape (spinning) < 12/18 Hz (0.55% / 0.11%) Controller: The spinning rate controller must be controllable from a front-panel and by the NMR system software. It should have an integral spinning rate counter, precision regulating valves, pressure stabilization and sample eject. It must provide automated spin-up/spin-down and regulate the speed to an accuracy of <0.1%. NOTE: THE ABOVE ARE MIMUMUM REQUIREMENTS. BID FORMAT: Provide itemized pricing as follows: TOTAL PRICE CLIN #1 ?V High Resolution Magic Angle Spinning (HRMAS) Accessory to include: 1) Gradient HRMAS Dual Probe 2) MAS Control Unit 3) 3 ceramic HRMAS Rotors 4) Rotor packing and cap removal tools 5) Installation $___________ FOB Destination GRAND TOTAL: $_____________ The above price includes the equipment, manuals, schematics, mechanical drawings for operation, and warranty. DELIVERY SCHEDULE: Required Delivery: prior to but no later than September 30, 2005 (Assuming that the Government will make award by August 19, 2005.) Delivery Date: ________________________ Delivery shall be FOB Destination. DOC, CRAD requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. *CAR 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (March 2000) The Government will award a purchase order or delivery order resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation results in the best value to the Government price and other factors considered. The following will be used to evaluate quotations. The following factors shall be used to evaluate offers: Technical capability. Provide sufficient information, documentation and descriptive literature that demonstrates the ability to meet or exceed the Government??s minimum requirement for the specified equipment. Warranty. Delivery schedule. Ability to meet or exceed the Government??s required delivery schedule. Past Performance. Provide list of contacts including phone numbers, of firms to whom the offeror has successfully provided equipment that is the same or equal to that described herein. Price.
 
Place of Performance
Address: CENTER FOR COASTAL ENVIRONMENTAL HEALTH, 219 FORT JOHNSON ROAD, CHARLESTON, SC 29412
Zip Code: 29412
Country: USA
 
Record
SN00865021-W 20050810/050808212649 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.