Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2006 FBO #1738
SOLICITATION NOTICE

66 -- R-AXIS IV ++ Image Plate Detector

Notice Date
8/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W 6707 Democracy Blvd., MSC 5455, Bethesda, MD, 20892-5455
 
ZIP Code
20892-5455
 
Solicitation Number
NIH-NIDDK-06-1003
 
Response Due
9/11/2006
 
Archive Date
9/26/2006
 
Description
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 number is NIH-NIDDK-06-1003, and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2001-27. The North American Industry Classification (NAICS) Code is 334517 and the business size standard is 500 Employees. However, this solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. It is the intent of the National Institutes of Health (NIH), National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK), to purchase a R-AXIS IV++ Image Plate Detector and MicroMax 002+ Microfocus X-Ray Generation System from Rigaku America Corporation, 9009 New Trails Drive, The Woodlands, TX 77381. The following specifications shall be included in the system: R-AXIS IV++ imaging plate system (Right port configuration) ? Dual 30 x 30 cm white imaging plates ? Pixel size: 100 x 100 ?m, 200 x 200 ?m or 50 ?m x 50?m; user selectable ? Dynamic range to 1:500,000 ? Crystal to detector distance range from 70 to 450 mm with digital readout ? Read time per plate 100 seconds for 100 ?m, 50 seconds for 200 ?m or 225 seconds for 50 ?m. Time from exposure to exposure approximately 50 seconds. ? Vertical ? axis with 0.002? step size and 360? free rotation ? Operates with concurrent x-ray exposure and imaging plate readout ? Imaging plate is read with a high-speed helical scanner in nearly orthogonal coordinates thus eliminating the need for coordinate conversion Inverse ? bracket: ? ? axis is inverted for effortless frozen crystal recovery Hampton XYZ (arcless) goniometer head Video system (color) integrated to fit in place of R-AXIS microscope viewer includes: ? Color 5.6? LCD monitor ? Color camera with zoom ? Video Crosshair ? Lens system ? Light pipe illumination ? Video software cable ? Bracket for mounting in place of the R-AXIS microscope assembly MicroMax-002+ Microfocus X-ray generation system includes: ? Complete, turnkey X-ray beam module, consisting of a heigh performance X-ray optic designed and manufactured by Rigaku, factory integrated and tested with a sealed micro focus tube and generator ? 20 micron beam size on the anode ? Beam stop (.045?) ? Helium regulator, helium flow gauge, and helium hoses for helium purging of optical path ? Collimator ? 300mm beam height NOTES: ? Source of helium to be provided by customer PIN diode for alignment MicroMax mounting table ? 1000 x 2000 mm Haskris refrigerated heat exchanger (water cooled) Radiation meter and paddle Table top safety enclosure: Non-leaded acrylic, with safety interlock system X-stream: The first X-ray diffraction cryogenic system to operate on compressed air ? Design includes cryogenic compressed module, temperature controller with temperature readout, helium expansion unit and stainless steel delivery hose and nozzle ? Flexible nozzle for positioning in nearly any orientation (vertical to horizontal) ? Temperatures to -180?C NOTE: 25 P.S.I and >99% pure nitrogen source is required X-stand: X-stream positioning stand including: ? Rigid support and fine positioning of X-stream nozzle ? Cross-roller linear bearings for effortless movements (in-out and side-to-side) of nozzle ? Positioning from vertical to thirty degrees below horizontal Control Computer with minimum configuration of: ? Dell Precision? 380 Workstation Minitower, P4 ? 3.2GHz, with Integrated Ethernet: ? 1 GB ECC RAM (minimum) ? FedoraCore4 ? Nero Linux DVD burning software ? DVD+RW and CD ROM ? Mouse and Mouse pad ? Entry Level USB Keyboard ? 300GB U/320 SCSI Drive ? Ultra 320/M SCSI Controller ? 19 inch (18 inch vis) flat panel monitor ? 3.5? 1.44MB Floppy Drive ? 64MB Dual DVI/VGA (NVIDIA QUADRO NVS 280) VideoCard and cable (requires 1 free Express slot) ? Broadcom NetXtreme 10/100/1000 Gigabit Ethernet controller ? PCI Express card (requires 1 free Express slot) ? Instructions NOTES: ? Single processor PC is required to run StructureStudio/Collect ? Above configuration, equivalent, or better to be provided. ? Customer to ensure networking capabilities provided to facilitate installation. Includes software integration and testing StructureStudio/Collect crystallographic data collection and instrument control package. Includes: ? Perpetual license (licensed per detector) with one year of internet support and free upgrades and two hours of telephone support ? Interface to d*TREK area detector processing package ? Stock recipes for various tasks ? crystal screening, data collection, data integration ? For FedoraCore4 environment; requires 2 GB memory. Source code not included. FedoraCore4 is the only LINUX versions supported. ? Academic License d*TREK data processing software package: ? Perpetual license for non-synchrotron site ? One year software support for a single computer platform (10 licenses for 10 individual computers) ? Includes dtprocess, dtdisplay, dtcollect simulator (sources not included) ? One year e-mail support for users ? Academic License This notice of intent is not a request for competitive quotations. However, all responses received, within 15 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications ? Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. The addenda to the clause reads as follows: The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items ? Deviation for Simplified Acquisitions, applies to this acquisition. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due fifteen (15) calendar days from the publication date of this synopsis or September 11, 2006. The quotation must reference ?Solicitation number? NIH-NIDDK-06-1003. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Institute of Diabetes and Digestive and Kidney Diseases 6707 Democracy Blvd., Room 775, Bethesda, Maryland 20817, Attention: Patricia Haun. Faxed copies will not be accepted.
 
Record
SN01127272-W 20060830/060828220318 (fbodaily.com)
 
Source
FedBizOpps 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.