Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2008 FBO #2434
SOLICITATION NOTICE

66 -- AVANCE III 500 CONSOLE

Notice Date
7/24/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument 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, Maryland, 20892-5455
 
ZIP Code
20892-5455
 
Solicitation Number
NIHDK2008047-A
 
Archive Date
8/8/2008
 
Point of Contact
Tina Robinson, Phone: 301-402-8778
 
E-Mail Address
robinsti@mail.nih.gov
 
Small Business Set-Aside
N/A
 
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 NIHDK2008047-A 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 2005-23. The North American Industry Classification (NAICS) Code is 334516 and the business size standard is 500 employees. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. However, this solicitation is not set aside for small business. It is the intent of the National Institutes of Health (NIH); National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) to procure from Bruker Biospin, 15 Fortune Drive, Manning Park, Billerica, MA 01821-3991 the following: 1: QUANTITY OF ONE (1) - Avance™ III 500 Mandatory specifications/requirements for the 500 MHz NMR Spectrometer Console Upgrade are as follows: • All specifications must be demonstrated on site. • Delivery shall be scheduled to coincide or precede the installation of the Bruker 900 MHz spectrometer on the NIH Bethesda campus (Building 6) expected in the summer/fall of 2008. 1. The spectrometer software and operation shall be fully compatible with other Avance NMR spectrometers in the National Institutes of Diabetes, Digestive & Kidney Diseases (NIDDK), including the Bruker 900 MHz spectrometer to be delivered in the summer/fall of 2008. 2. The hardware configuration shall be identical to the Bruker 900 MHz spectrometer to be delivered in the summer/fall of 2008. This includes a multilink preamplifier with 5 slices comprising a 1H preamplifier, a 2D preamplifier, a 13C preamplifier, a 15N preamplifier, and a broadband X nucleus preamplifier. 3. The system shall be furnished with an inverse four nuclei probe (QXI) for 5 mm sample diameters, with available combinations of nuclei of 1 H/3 1 P/1 3C/ 1 5N or 1H/19F/13C/15N with 2H lock. The QXI probe shall be equipped with actively shielded x, y and z-gradient coils. The QXI probe shall meet the following specifications: (a) The S/N ratio shall be >600:1 for 0.1 % ethylbenzene (over 200 Hz noise). (b) The S/N ratio on the anomeric proton of a 0.5 mg sucrose/mi D20 sample shall be >70:1 measured with 1 scan, an exponential line broadening of 1 Hz, and a noise width of 1 ppm (600 Hz), using a 5 mm Wilmad 535 sample tube (c) The 1H 90° pulse width shall be <10µs. (d) The 13C 90° pulse width shall be <13µs. (e) The 15N 90° width shall be <50us. (f) The 31P 90° pulse width shall be <40µs (g) The 1 H non-spinning lineshape on a 1 % chloroform sample shall be <6/12 Hz (0.55%/0.11%). (h) The recovery of the magnetic field homogeneity shall be such that a signal acquired 200µs after a 1 ms gradient applied simultaneously in the x,y,z directions at 50% of maximum power, differs by less than 3% from that acquired without the preceding gradient pulse. This shall be measured for a sample of 2 mM sucrose in D20 solution, using 1 Hz exponential line broadening and identical phasing. (i) The probe shall be equipped with a BTO-2000 thermocouple stabilization unit for increased temperature stability by precise regulation of the thermocouple connector temperature at the base of the probe. 4. The spectrometer shall provide a minimum of five frequency channels together with the capability of producing different asynchronous or synchronous composite pulse decoupling and different shaped pulses on all five of these channels simultaneously and independently. The composite pulse decoupling schemes shall be freely programmable by the user and include the option for pulse shaping of the individual elements of the composite pulses. All five channels shall have identical specifications at low rf power levels, except that only two channels require operation over the frequency range for 19H and 1H, and a minimum of three channels shall operate over the frequency range for all other nuclei. 5. The console shall be equipped with hardware and software for mapping the magnetic field profile within the sample in three orthogonal dimensions on TXI and QXI resonance probes, and software for making the required homogeneity adjustments under computer control. The spectrometer also shall include the capability to automatically adjust the homogeneity of the magnetic field during the course of multi-hour experiments that include pulsed field gradients, without interruption of the actual experiments or having any other noticeable effect on the acquisition process. 6. The console electronics shall be capable of 0.01 degrees phase resolution, 0.005 Hz frequency resolution and a 90 dB attenuation range on all five channels. The RF phase shall vary by no more than 30 over an attenuation range of 50 dB from full power. Rectangular pulses generated with the pulse shaping unit shall have phases and power levels indistinguishable from regular pulses specified to be at the same numerical attenuation setting. 7. The console shall be able to pulse and observe 2H nuclei without physically recabling the console. 8. The console shall be capable of tuning 1H, 15N, 13C and X channels of the QXI probe without recabling the system. 9. The long-term pulse amplitude stability on all channels shall be better than +1-1% and phase stability shall be better than +/-l as measured over a 24 h period in a room where the temperature changes by less than 1.5 °C. This stability is measured from the relative difference between 1D spectra, recorded with a 30° flip angle pulse, at various times during a 24 h period. 10. The console electronics shall permit application of user defined shaped pulses to operate independently on each of the five available channels. The shaped pulses shall allow a minimum of 16000 user-definable elements within a single pulse shape. The dynamic range of each channel for shaped pulses must be at least 80 dB total range, with 0.1 dB resolution. 11. Each system shall be capable of independent and simultaneous control over amplitude, frequency, phase and duration of pulses for all five frequency channels and over internal real-time clock pulses for triggering of external devices. 12. The console shall be equipped with a digitizer of at least 16 bits allowing simultaneous sampling of the quadrature receiver channels for spectral widths of up to at least 1 MHz. The system shall also be capable of oversampling and digital filtering of the NMR audio signal. In addition, no DC offset correction in the time domain shall be required on data acquired with a single scan, independent of receiver gain setting. 13. The console shall provide access to at least 8 TTL lines that can be addressed by the pulse program for external device control, and are not dedicated to other spectrometer functions. 14. The system shall be equipped with a pulse program controlled pulsed field gradient power supply, capable of generating a field gradient along the z axis with a strength of at least 50 G/cm and at least 45 G/cm in the x and y directions, for 5 mm probeheads. The recovery of the magnetic field and its homogeneity shall be such that a signal acquired 200 us after a rectangular 1 ms gradient applied simultaneously in the x, y, and z directions at 25 G/cm in each direction, (z direction only for cryogenic probeheads) differs by less than 3% from that acquired without the preceding gradient pulse. This shall be measured for a sample of 2 mM sucrose in D20 solution, using 1 Hz exponential line broadening and identical phasing by direct subtraction of the spectra acquired with and without gradients. 15. Before high-power amplification, pulse rise and fall times shall be <50 ns, measured between 10% and 90% amplitude levels. Fast power switching (less than 500 ns) on the system shall be provided on all five of the channels, regardless whether the preceding pulse is shaped or rectangular. 16. The system shall have the capability of decoupling the 2H signals without recabling, and full control over RF phase, power and pulse shaping must be available in a manner identical to all other channels. 17. The system shall be equipped with a variable temperature control unit capable of providing less than 0.01°C sample temperature variation per 1°C room temperature change. The sample temperature control, using the pulsed field gradient quadruple resonance 5-mm probehead shall operate over a range of 5°C to 60 °C with setting and control being independent of room temperature, without the requirement of external cooling substances such as liquid nitrogen or dry ice, on both regular and cryogenic probeheads. The system shall be capable of operating in the variable temperature mode using dried air (with a dewpoint of — 70 F and pressure, 80 psi, 3 cfm) and meet all the above listed performance specifications. The sample temperature shall be adjustable in 0.1°C increments. Sample temperature shall have reached its set temperature to within 0.2°C within 3 minutes of initiating a 20°C temperature change, and remain within + /-0.3°C for a period of at least 24 h, with room temperature variations not to exceed +1- 1.5°C. The sample temperature of a salt free aqueous solution shall not change by more than 1°C from the set temperature when applying 13C decoupling with a 5 kHz field strength for 50 ms each second (i.e. a 5% duty cycle). All specifications listed above and below in this request for proposal shall be met at the variable temperature air flow rate needed to meet these temperature specifications. 18. The dynamic range on the system shall be at least 60,000:1 as measured for a 90” 1H pulse by a S/N of at least 60:1 on a t-butanol peak in a 1/10,000 1H molar ratio to water. No spurious resonances shall be larger than 1/2000 times the largest resonance in the spectrum when operating in locked mode. 19. The console shall be equipped with ethernet TCP-IP capability. 20. The system shall start simple one-dimensional pulse programs within 5 seconds after receiving the keyboard command. The system shall start any other pulse program within 10 seconds after receiving the keyboard command. The system shall have the capability to view the acquired, digitized NMR signal on the screen in real time, while the experiment is in operation. 21. The system shall be equipped with at least 250 Gigabyte of storage. 22. The experimental excitation profile of a 1-ms G3 shaped pulse, generated by the pulse shaping unit on the system shall be within a factor of 1.5 of the theoretical profile, over an offset range of at least +1-10 kHz on both lH and 13C channels. 23. The system shall be equipped with a SCSI interface for control of up to at least 8 external devices. 24. The system shall have the capability of processing and analyzing data from a previous experiment while simultaneously acquiring data for a new experiment. This shall hold true for both one- and multi-dimensional experiments, up to four dimensions. 25. The host computer system shall operate under the LINUX operating system and provide standard utilities, TCP/IP network tools, and availability of a C compiler. Additional copies of the NMR acquisition and processing software shall be provided to ensure that all existing LCP NMR spectrometers make use of the same software, corresponding to the most up to date version of the software produced by the vendor. 26. The vendor shall take full responsibility for the entire system. 27. Besides demonstrating that the above listed requirements are met, the system shall be able to conduct the following tests successfully after installation in the buyer’s laboratory on a inverse four nuclei (QXI) x,y,z, gradient probe for 5 mm sample diameters. (All tests shall be conducted at 25 °C, while operating in the temperature controlled mode): (A) The largest intensity observed in any of 10 consecutive 1H-13C spin-echo difference spectra (total of 2 transients per difference experiment) for the anomeric proton at 5.4 ppm in a sample containing 10 mg sucrose in 0.25 ml D20, in a Shigemi thin-wall sample cell, using the following pulse sequence: 1H 90x -3 msec- 180x -3 msec - Acquire 13C 90x 90 +/-x shall be smaller than 1% of the corresponding intensity observed in a single transient spectrum. The S/N for the anomeric resonances in the difference spectrum shall be >80: 1 for the room temperature probe. Parameters: 25 °C, SW = 10 kHz, exponential line broadening 1 Hz, 13 C transmitter at 100 ppm, non-spinning, full power 13C pulses, 4 dummy scans, acquire a total of 2 scans, acquisition time 1.5 sec (16K complex points, repetition rate 2.5 sec (including the acquisition time). (B) For the same sample, the recovery after a rectangular 1-ms 25 Gauss/cm simultaneous x/y/z pulsed field gradient (1-ms z gradient for cryogenic probes) shall be such that a 1D spectrum (10 kHz spectral width, 1.64 s acquisition time, 1 Hz line broadening, single transient) recorded 200 microseconds after the end of the gradient pulse shall differ by Less than 5% from a spectrum recorded in the absence of this gradient pulse (using identical phasing and processing parameters). 28. Any glitch levels shall fall below the S/N threshold for the system on the QXI probe, for direct observation of 1H, 13C or 31P, in the presence of simultaneous moderate power levels broad-band decoupling 13C (5 kHz RF), 15N (1 kHz RF) and 31P (1 kHz RF; only for 600 MHz systems equipped with QXP probe) on the not-observed channel. 29. The spectrometer console and all electronics shall be covered under full parts and labor hardware and software warranty for a period of one year. The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors – Commercial; 2) FAR Clause 52.212-2, Evaluation – Commercial Items. As stated in FAR Clause 52.212-2 (a), “The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.” The following factors shall be used to evaluate offers: Technical Evaluation and Price. 3) FAR Clause 52.212-3, Offeror Representations and Certifications – Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders – Commercial Items, Contract Terms and Conditions – Commercial Items; and 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items – Deviation for Simplified Acquisitions. 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 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. Note: In order to receive an award from the NIDDK; contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov. 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 by August 7, 2008, 3pm, Eastern Standard Time. The quotation must reference “Solicitation number” NIHDK2008047-A. 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 774B, Bethesda, Maryland 20892, Attention: Tina Robinson. Faxed copies will not be accepted. Emails will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e13adf1343590027aa355b83d35bdd6b&tab=core&_cview=1)
 
Record
SN01621960-W 20080726/080724221651-e13adf1343590027aa355b83d35bdd6b (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.