Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2016 FBO #5259
SOLICITATION NOTICE

66 -- 850 MHz Instrument Cryoprobe - FDA-RFQ-1162980

Notice Date
4/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services - Rockville, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001, United States
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-RFQ-1162980
 
Archive Date
5/13/2016
 
Point of Contact
Lisa K. Yaw, Phone: 2404024018
 
E-Mail Address
lisa.yaw@fda.hhs.gov
(lisa.yaw@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
The FDA has a requirement for a cryoprobe component for an existing Bruker 850 MHz NMR instrument. Part 1 - Description The FDA has a requirement for a cryoprobe component for an existing Bruker 850 MHz NMR instrument. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a separate written solicitation will not be issued. This solicitation is a Request for Quote (RFQ) using FAR Parts 12 and 13 procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87. The North American Industry Classification System (NAICS) code for the proposed acquisition is 334516, Analytical Laboratory Instrument Manufacturing.. The associated small business standard is 500 employees. This is for full and open competition. Part 2 - Supplies or Services and Prices/Costs Purchase Order Type: Firm-Fixed Price Base Year Manufacturer Product Code Description Quantity Price Quadruple Resonance Inverse (QCI) Detection Cryoprobe Automatic Tuning and Matching Accessory (ATM) Sample Positioning Unit (SPU) Shipping Installation and training One (1) year warranty on parts and labor Total Firm-Fixed Price Option Years Option Year Description Price 1 Service Agreement 2 Service Agreement 3 Service Agreement 4 Service Agreement Total Firm Fixed Price The total price for the base and four option years is tiny_mce_marker___________. Part 3 - Description/Specifications 3.1 Background The U.S. Food and Drug Administration's Center for Drug Evaluation and Research has a requirement for the purchase of an 850 MHz cryoprobe for an existing NMR at the FDA's White Oak Facility.. 3.2 Salient Characteristics To meet the purpose and objective of this requirement, the Contractor shall provide a 850 MHz Cryoprobe capable of meeting the salient characteristics below and installation of the proposed system on-site at FDA's facility in Silver Spring, MD. 1. The contractor shall supply a quadruple resonance cryogenically cooled probe that accepts 5 mm sample tubes compatible with the existing 850 MHz FDA equipment. 2. The S/N for proton sensitivity shall be >6500:1 with the 0.1% ethylbenzene standard. 3. The S/N for sucrose sensitivity shall be >1100:1 with the 2 mM sucrose standard. 4. The S/N for carbon sensitivity shall be >1500:1 with the ASTM standard. 5. Pulse widths for proton, deuterium, carbon, phosphorous and nitrogen shall be less than or equal to 8, 150, 12, 40 and 35 microseconds respectively. 6. Lineshape and resolution on the 0.3% chloroform sample shall be less than or equal to 0.8/8/16 Hz at 50%/0.55%/0.11% full width at half heights. 7. The offeror's installation engineer shall be thoroughly familiar with the computer programs used to operate the NMR spectrometer, TOPSPIN 3 and with Topshim software so that the probe can be installed with the current instrument. Additionally, the installation engineer shall provide evidence that all of the specifications are met installing the probe in the magnet during the onsite installation. 8. Shipping, delivery, setup, and installation of hardware and software, interfacing, and training for FDA scientists. 9. All labor, parts, and travel expenses for a one year warranty period of system and components shall be included. 3.3 Optional Service/Maintenance Agreement The FDA shall have a unilateral right to exercise optional periods to continue the maintenance work described below: The offerors pricing for optional service agreement shall include coverage of labor, parts and travel expenses. Parts- The service plan will use all Original Equipment Manufacturer (OEM) certified parts. Services On-site- The contractor will initiate corrective maintenance/repairs within 48 hours from the service call. The repairs will be completed within 72 hours from the on-site arrival of the technician/service engineer. There will be no limit to the number of on-site repair service visits. The service must be delivered by an authorized OEM service provider. Services Off-site- Technical support and troubleshooting assistance will be provided by the contractor via phone, email, or live-chat interface within 1 hour of initial contact. Part 4 -Performance and Deliverables 4.1 Place of Performance and Work Hours All applicable equipment is located at the location listed below. Normal workdays are Monday through Friday except US Federal Holidays. Work hours are typically from 8 am to 5 pm (ET). Service visits shall be coordinated with, see below. Location and Point of Contact: Food and Drug Administration White Oak Campus WO22 Rm 2147 10903 New Hampshire Avenue Silver Spring, MD 20993 ATTN: TBD TBD@fda.hhs.gov The component will be delivered to the WO Bldg 22, and transported to room 2147 for installation and integration. 4.2 Period of Performance The equipment shall be delivered by June 1, 2016. The warranty shall start when equipment is installed and accepted by FDA and be in effect for one year. Optional Periods Deliverable Period of Performance Option Period 1 -Service Agreement To begin 1st year following receipt of equipment Option Period 2 -Service Agreement To begin 2nd year following receipt of equipment Option Period 3 -Service Agreement To begin 3rd year following receipt of equipment Option Period 4 -Service Agreement To begin 4th year following receipt of equipment
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-RFQ-1162980/listing.html)
 
Place of Performance
Address: White Oak Campus, Silver Spring, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN04086012-W 20160417/160415234650-c310e7648b49755d3da54e24ef7cf798 (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.