Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 23, 2018 FBO #6025
SOURCES SOUGHT

65 -- NEW SPECTROMETER AND UPGRADE CONSOLE AND PROBE

Notice Date
5/21/2018
 
Notice Type
Synopsis
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Office of Acquisitions, Office of Management 530 Davis Drive Durham NC 27713
 
ZIP Code
27713
 
Solicitation Number
CF05212018
 
Response Due
6/8/2018
 
Point of Contact
Christopher J. Fisher, CONTRACT SPECIALIST, Phone 984-287-3025
 
E-Mail Address
christopher.fisher@nih.gov
 
Small Business Set-Aside
N/A
 
Description
Sources Sought New Spectrometer and Upgrade Console and Probe Agency/Office: National Institutes of Health/National Institute of Environmental Health Sciences Location: Research Triangle Park, North Carolina, 27509 Title: New Spectrometer and Upgrade Console and Probe Primary Point of Contact: Christopher Fisher, Contract Specialist e-mail: Christopher.fisher@nih.gov Please submit all questions by June 4, 2018 via e-mail This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified business; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. The NAICS code for the project is 423490 Other Professional Equipment. Background: The NMR group at the National Institute of Environmental Health Sciences is seeking sources that can provide an upgraded console and probes for a 600 MHz Oxford NMR magnet. The work performed by the group is primarily macromolecular structure determination (protein and nucleic acids) and secondarily for metabolomics studies of complex mixtures. Specifically, the following features will be highly desirable: The system must have demonstrated capabilities to determine protein and nucleic acid structures with experiments utilizing multiple frequency channels and multidimensional NMR. The system should be capable of carrying out dynamics and relaxation experiments for macromolecules utilizing 1H, 13C, 15N, and 2H nulcei. The system should also contain 4 RF-channels for carrying out 1H/13C/15N/2H multidimensional triple resonance experiments. For nucleic acids the system should be capable of additionally operating in the 31P frequency range. Vendors with libraries of preprogrammed automated NMR experiments should describe the capabilities and range of experiment types. The NMR group is especially interested in experiments to study intrinsically disordered proteins that can require 5 frequency dimensions or greater. For metabolomics studies, the NMR group is in need of automated systems for sample handling and sample changing. In addition, software to provide a first analysis of the data would be considered useful. In terms of probe hardware, the NMR group would like to evaluate primarily cryogenically cooled probes, and secondarily probes that operate at room temperature. The cryogenically cooled probes should be capable of performing ‘extreme CPMG' or high-power relaxation dispersion experiments as described in J. Biomol NMR (2018) 70(1):1-9. AND The NMR group at the National Institute of Environmental Health Sciences is seeking sources that can provide a complete 700 MHz NMR system designed primarily for macromolecular structure determination (protein and nucleic acids) and secondarily for metabolomics studies of complex mixtures. Specifically, the following features will be highly desirable: The system must have demonstrated capabilities to determine protein and nucleic acid structures with experiments utilizing multiple frequency channels and multidimensional NMR. The system should be capable carrying out of dynamics and relaxation experiments for macromolecules utilizing 1H, 13C, 15N, and 2H nulcei. The system should also contain 4 RF-channels for carrying out 1H/13C/15N/2H multidimensional triple resonance experiments. For nucleic acids the system should be capable of additionally operating in the 31P frequency range. Vendors with libraries of preprogrammed automated NMR experiments should describe the capabilities and range of experiment types. The NMR group is especially interested in experiments to study intrinsically disordered proteins that can require 5 frequency dimensions or greater. For metabolomics studies, the NMR group is in need of automated systems for sample handling and sample changing. In addition, software to provide a first analysis of the data would be considered useful. In terms of probe hardware, the NMR group would like to evaluate primarily cryogenically cooled probes, and secondarily probes that operate at room temperature. The cryogenically cooled probes should be capable of performing ‘extreme CPMG' or high-power relaxation dispersion experiments as described in J. Biomol NMR (2018) 70(1):1-9. Magnet designs that are shielded are required for safety and space considerations. ANTICIPATED PERIOD OF PERFORMANCE Not Available at this time. CAPABILITY STATEMENT Interested businesses should submit information regarding their ability to provide requirements listed above; and (d) respondents' DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HUBZone, etc.) pursuant to the applicable NAICS code. Capability statements shall be submitted in Adobe pdf or MS Word format and not exceed 30 double-sided pages (including all attachments, resumes, charts, etc.) presented in single-space using 12-point font size. All information must be submitted electronically by June 8, 2018, 11:00 AM, EST to the email address of the Primary Point of Contact listed. All responses received by the specified date and time will be acknowledged by the Primary Point of Contact listed below. DISCLAIMER AND IMPORTANT NOTICES This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any small business responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a future solicitation. CONFIDENTIALITY No proprietary, classified, confidential, or sensitive information should be included in a respondent's response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Small businesses that believe they possess the necessary capabilities to meet these requirements are encouraged to contact the Primary Point of Contact listed above. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-MAY-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/HHS/NIH/NIEHS/CF05212018/listing.html)
 
Place of Performance
Address: 111 TW Alexander Drive RTP, NC
Zip Code: 27509
Country: US
 
Record
SN04928782-F 20180523/180522062859 (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.