Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2017 FBO #5649
SOLICITATION NOTICE

66 -- Vibration Isolation Platform for Titan Krios

Notice Date
5/10/2017
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
HHSN26817HL00008S
 
Archive Date
6/1/2017
 
Point of Contact
Jonathan M. Lear,
 
E-Mail Address
john.lear@nih.gov
(john.lear@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Introduction THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION. The National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisitions (OA), intends to negotiate and award a purchase order on a noncompetitive sole source basis to Technical Manufacturing Corporation, 15 Centennial Drive, Peabody, MA 01960 to provide a STACIS vibration isolation platform to the NHLBI Division of Intramural Research (DIR) in accordance with the following information. Background Information The Division of Intramural Research (DIR) of the National Heart, Lung, and Blood Institute (NHLBI) recently purchased a new FEI Titan Krios Cryo-electron Microscope. The Titan Krios is extremely sensitive to external vibrations. Vibrations exceeding 0.6Hz greatly diminish the performance and reliability of the microscope. It, therefore, is imperative that the DIR acquire a vibration isolation platform on which to house the Titan Krios to prevent interference with experiments. Purpose and Objectives The purpose of this acquisitions is for a contractor to manufacture, deliver, and install a STACIS vibration isolation platform for DIR's FEI Titan Krios Cryo-electron Microscope in accordance with the following information. Contractor Requirements The contractor will install all required materials in the assigned location in accordance with the Government's construction schedule. The contractor shall furnish the following materials and labor to successfully install a STACIS vibration isolation platforms for DIR's Titan Krios: -Materials oSTACIS 2-Part active vibration isolation platform for FEI Titan Krios, specifically designed for installation in a 13.3" raised floor configuration, to include the following components and sub-components: oSTACIS Active Piezoelectric Vibration Isolation 4-Mount System: Medium capacity system Piezoelectric technology to floor vibration in real time Active bandwidth starting at 0.6Hz 50% to 70% isolation at 1Hz, 90% starting at 2-2.5Hz Includes digital controller with 30ft cables to isolators Include system drawing for customer approval Includes controller stand oInner Active Platform: Highly damped steel laminate platform top, approximate dimensions 40" x 46" x 2.5", stainless steel sides and top, designed specifically for raised floor clean room environments. Include system drawing for customer approval Includes (1) eye bolt for lifting oOuter Rigid Platform: Highly damped steel laminate platform top, approximate dimensions 73" x 80" x 2.5", stainless steel sides and top, designed specifically for raised floor clean room environments, with hole cut out for inner active platform. Acoustic baffle kit included Include (8) rigid posts, approximately 10.25" tall for installation in 13.3" raised floor Include tapped holes in platform top for tool enclosure tie downs Include (4) eye bolts for lifting Include bonding hoops for all risers and posts Include system drawing for customer approval Include Mylar template for use as an installation aid oSTACIS Active vibration isolation platform for the Titan Krios' HT Tank, specifically designed for installation in a 13.3" raised floor configuration, to include the following components and sub-components: oSTACIS Active Piezoelectric Vibration Isolation 3-Mount System: Low capacity system Include digital controller with 30ft cables to isolators Highly damped steel laminate platform top, approximate dimensions 40" x 40" x 2.55", with square shape. Stainless steel sides and top, designed specifically for raised floor clean room environments. Include system drawing for customer approval Include controller stand Include Mylar template for use as an installation aid -Labor oPhysical Installation: Include the necessary labor and equipment to receive at site and install all materials. Include all rigging labor and tools such as gantries, slings, skates etc. Include grout and grouting services. Vendor to be onsite to supervise, train, and instruct rigging crew. oField Engineering: System Initialization, Optimization, and Certification, "IOC" Field application engineer on site for up to 3 days Include load distribution adjustment, isolator cables connection and controller installation. Period of Performance / Schedule The delivery, installation, and initialization of all materials must be closely scheduled and coordinated with the ongoing effort to renovate the space in which the Titan Krios will be housed (in Building 13 on the NIH campus in Bethesda, MD). The current construction schedule allows for installation of the vibration isolation platforms during the week of August 28th, 2017. Shipping of materials to the NIH campus for storage must occur prior to the final determined installation date. Installation of the vibration isolation platforms must be closely coordinated with the construction schedule, which has the potential to be adjusted at any time. Government Responsibilities The government will keep the contractor up to date with respect to any significant shifts in the construction schedule. Final installation date will be confirmed with the contractor with a minimum of two weeks' notice. Sole Source Justification The sole source determination is based on the fact that STACIS platforms are the only platforms on the market capable of isolating vibrations as low as 0.6Hz. Technical Manufacturing Corporation is the sole manufacturer and provider of STACIS active vibration cancellation products and, consequently, is the only company capable of meeting the requirements of this acquisition. No other business offers a vibration isolation platform capable of isolating vibrations as low as 0.6 Hz. Regulatory Authority This acquisition is conducted under the authority of the Federal Acquisition Regulations (FAR) Subpart 13.106-1(b) Soliciting from a single source. (1) For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, or industrial mobilization). Additional Information The North American Industry Classification System (NAICS) Code is 334516 and the Small Business Size Standard is 1,000. This acquisition is being conducted under FAR Part 13.5, Simplified Procedures for Certain Commercial Items, therefore the requirements of FAR Part 6, Competitive Requirements, are not applicable and the resultant award will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 05-95 (January 19, 2017). This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, 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. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by May 17, 2017 at 3:00pm EST and must reference synopsis number HHSN26817HL00008S. Responses shall be submitted electronically to john.lear@nih.gov. Responses will only be accepted if dated and signed by an authorized company representative. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/HHSN26817HL00008S/listing.html)
 
Place of Performance
Address: National Institutes of Health / NHLBI, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04503155-W 20170512/170510235107-be6e0fcce65e3ffe841ececfcb8812e9 (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.