Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2008 FBO #2448
SOURCES SOUGHT

66 -- Narrow Bore NMR System

Notice Date
8/7/2008
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-08-1046530
 
Point of Contact
Karen R. Petty,, Phone: 301-827-8774
 
E-Mail Address
karen.petty@fda.hhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation: FDA-08-1046530 Agency/Office: Food and Drug Administration Location: Office of Acquisitions and Grants Services Title: 400 MHz Narrow Bore NMR System Description(s): THIS IS A SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, Solicitation, Request for Quotes, or an indication the Government will contract for the items contained herein. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this sources sought. Any responses received will not be used as a proposal. The U.S. Food and Drug Administration (FDA) is seeking to identify any sources with capabilities that can provide a 400 MHz Narrow Bore NMR System in accordance with the following statement of work: 400 MHz Narrow Bore NMR System General: •Provides the optimum console configuration and peripherals for a two channel Solid and Solution-State NMR Spectrometer •Supports a wide range of applications, including high-performance liquids, solids and micro imaging •Provides total pulse sequence control and delivers precisely timed RF and gradient events on any and all channels. •Communication between all controllers is by high speed Ethernet link •Digital Receiver ensure fast accurate execution of all RF, gradient and acquisition events, providing the highest quality NMR data for liquids and solids applications. RF System: •Liquids and Solids Configuration Package equipped with 2 RF channels with parallel controllers to execute NMR pulse sequences with precise timing accuracy •Each RF channel controller provides advanced phase and amplitude pulse shaping capability for RF and gradient pulses. •Each RF channel controller delivers a timing resolution of 12.5 ns with a 50 ns minimum event time for RF amplitude, phase and frequency modulation •Phase and amplitude modulated pulses and spinlocks can be executed back-to-back with no delay between them •RF generation through frequency synthesizers •Channel 1 is highband, with 1H/19F observe, spinlock and decouple capability (at least 100 W) •Channel 2 is broadband with observe, spinlock and decouple capability (at least 300 W) Receiver: •Digital receiver that utilizes digital filtering to deliver the highest sensitivity and dynamic range with uncompromised data quality assuring artifact-free data and flat baselines up to 5 MHz Features: •Solids/Liquids Variable Temperature Unit providing computer-controlled sample temperature management •Pneumatics Manager that monitors all critical pneumatic systems and safely shuts down when pneumatic parameters are outside the customer selected operating range •Spin speed controller •Remote Status Module that displays temperature, pulse, decoupling, acquisition settings •Carousel Autosampler (at least 9 Samples, includes actuator, and controller) Host Computer and Operating System: •Desktop PC •Core2Duo Processor, at least 2GHz •Linux WS or Windows XP •at least 2.0 GB SDRAM memory •19 inch Flat Panel Monitor •at least 160GB Hard Drive •DVD+/-RW/CD/RW device Software: •provides all data acquisition, processing & printing/plotting capabilities for all types of NMR spectroscopy: liquid phase; solid phase; hyphenated flow techniques; biomolecular solutions; micro-imaging; horizontal imaging. •modern fully featured pulse sequences •macro scripting language that allows the user to create custom commands, analyses, and experiments; even to the level of full application development. NMR Magnet, 400 MHz, 54-mm Bore: •PREMIUM SHIELDED PERFORMANCE - provides reduced stray field compared to 'shielded' magnets (5G field at minimum 60 cm radial and 120 cm axial from magnet center) •modern fully featured pulse sequences •shim set delivering optimal lineshape, antivibration legs, helium and nitrogen level meters MAS Speed Controller: •Provides automated MAS speed control including start, stop and rotor synchronization •Optional manual spinning control, user selectable 5mm Multinuclear Broadband Observe Probe: •Digital tuning covering range of 15N-31P with 1H decoupling •Actively shielded z-axis gradient •Automatic tuning and matching •3.2mm Double Resonance MAS Solids Probe: •tuning range of 15N-31P, single coil, doubly tuned for 1H • •24000 Hz MAS 3.2 mm Kel-F Spinning Module •Spin Sensor •Kit (including: Wrenches, Extraction Tools, Sample Packing Tools, Zirconia Rotor Sleeves) On-site Training,Off-site Training, Complete System Installation, including magnet. One-year Warranty, parts and labor Companies are encouraged to respond if they have the capability and capacity to provide the identified services with little or no disruption of services to the current users at the FDA. Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above wile in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall be limited to 15 pages, and must include: 1. Company name, mailing address, e-mail address, telephone and fax numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for NAICS 611310 with size limitation standards of $6.5M and status, if qualified as an 8(a) firm (must be certified by the Small Business Administration (SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, CAGE Code, Tax Identification Number (TIN), and company structure (Corporation, LLC, partnership, joint venture, etc). Companies also must be registered in the Central Contractor Registration (CCR) at www.ccr.gov to be considered as potential sources. 5. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6. If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation, such as letters or certificates to indicate the firm's status (see item #3 above). To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. Interested offerors should submit their capability statement not exceeding fifteen (15) pages in length, excluding standard brochures. SUBMISSIONS ARE DUE no later than 12:00pm, Eastern Time, August 14, 2008. The capabilities response shall be e-mailed to: Karen.petty@fda.hhs.gov. All information received in response to this notice that is marked Proprietary will be handled accordingly. Responses to the notice will not be returned, nor will there be any ensuing discussions or debriefings of any responses. Information provided in response to this notice will be used to assess alternatives available for determining how to proceed in the acquisition process. This notice is part of Government Market Research, a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. The FDA will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, the content of any responses to this notice may be reflected in subsequent solicitation. FDA reserves the right to contact any respondent to this notice for the sole purpose of enhancing FDA's understanding of the notice submission. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. It is emphasized that this is a notice for planning and information purposes only and is not be construed as a commitment by the government to enter into a contractual agreement, nor will the government pay for information solicited.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1658ac151e656f7877a7b4b7b6190bc6&tab=core&_cview=1)
 
Record
SN01633635-W 20080809/080807222038-1658ac151e656f7877a7b4b7b6190bc6 (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.