Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2020 SAM #6776
SOLICITATION NOTICE

65 -- Acquisition of an FR-X Microfocus Rotating Anode X-ray Generator and an Eiger R 4M Hybrid Photon Counting Detector, VariMax VHF ArcSec Confocal Optical System

Notice Date
6/16/2020 1:07:23 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
 
ZIP Code
20817
 
Solicitation Number
NICHD-20-110
 
Response Due
6/30/2020 6:00:00 AM
 
Archive Date
07/15/2020
 
Point of Contact
Amber Harris
 
E-Mail Address
amber.harris@nih.gov
(amber.harris@nih.gov)
 
Description
�� � �� �COMBINED SYNOPSIS / SOLICITATION WORKFORM (1)�� �Action Code: �Combined Synopsis/Solicitation (2)�� �Date: 6/15/2020 (3)�� �Year: 2020 (4)�� �Contracting Office Zip Code: 20892 (5)�� �Project Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6)�� �Contracting Office Address: 6710B Rockledge Drive Bethesda, MD 20892 (7)�� �Subject/Title: Procurement of Tunable Microwave Source (8)�� �Proposed Solicitation Number: NICHD-20-110 (9)�� �Closing Response Date: 6/30/2020 (10)�� �Contact Point: Amber Harris (11)�� �Contract Award and Solicitation Number: TBD (12)�� �Contract Award Dollar Amount: TBD (13)�� �Contract Line Item Number(s): TBD (14)�� �Contractor Award Date: TBD (15)�� �Contractor Name: TBD (16)�� �Description: (Background) (i)�� ��This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. �This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.�� (ii)�� �The solicitation number is NICHD-20-110 and the solicitation is issued as a request for quote (RFQ). (iii)�� �The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06 effective 6 MAY 2020. (iv)�� �The associated NAICS code is 334516, Analytical Laboratory Instrument Manufacturing, and the small business size standard is 1,000. �The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13.5. (v)�� �The Contractor Requirements are listed below: 1.0�� �PURCHASE ORDER TITLE Acquisition of an FR-X Microfocus Rotating Anode X-ray Generator and an Eiger R 4M Hybrid Photon Counting Detector, VariMax VHF ArcSec Confocal Optical System �� ��� � 2.0�� �BACKGROUND The NIDDK X-ray Diffraction laboratory serves the X-ray crystallographic data collection needs of a number of structural biology groups from NIDDK and from other ICs as well. A major source for the synchrotron X-rays in the US will be unavailable in the near future due to a major multi-year upgrade at The Advanced Photon Source. �These upgrades mean that �there is going be a significantly increased need for X-rays at the NIH for crystallographic data collection. This need can be met by taking full advantage of recent developments in laboratory based X-ray source technology and X-ray detector technology. The project is aimed at providing the best possible quality Macromolecular X-ray Crsytallography (MX) data collection capabilities to support the mission of the NIDDK to understand how critical biological acromolecules work through the elucidation of their molecular structure. The need is clear as there will be several years when MX capabilities in the US will be significantly decreased due the upgrade process of the Advanced Photon Source where NIDDK researchers currently collect MX data. The combination of an FR-X high flux X-ray generator, the VariMax VHF confocal X-ray optics and the EigerR 4M hybrid photon counting (HPC) detector manufactured by Rigaku Americas together will create an MX platform approaching the capabilities of a synchrotron bending magnet beamline. The combination of these instruments provides the best possible laboratory based MX capabilities available as it allows development. 3.0�� �OBJECTIVE The main objective of this acquisition is to provide the NIDDK and NIH structural biology groups with an X-ray crystallographic resource that can provide better diffraction data quality than the existing resources, and can approach the data quality that can be measured at synchrotron bending magnet beamline. �In addition, this purchase will provide the NIDDK X-ray diffraction laboratory with two Eiger 4M hybrid photon counting detectors on the two available ports of a new high flux density rotating anode generator. �Furthermore, the laboratory will also have a BioSAX-1000 small angle scattering system re-installed on an existing MicroMax-007 HF X-ray generators. Please note that the NIDDK wishes to trade in the following equipment to Rigaku Americas Corporation which will no longer fit the NIDDK�s needs: ��� �MicroMax-007HF (SN: DD307408), will be reclaimed by Rigaku for trade-in (includes packing and removal) ��� �Saturn A200 (SN: 09380200), will be reclaimed by Rigaku for trade-in (includes packing and removal) 4.0 �� �SALIENT / REQUIRED FEATURES AND SPECIFICATIONS Total system price includes both delivery and inside delivery, assembly, installation, 12 months on-site labor and parts warranty (excluding consumables), and on-site basic operation/maintenance training.� ��� �Contractor will ship and install a rotating anode X-ray generator that is dual port and generates X-ray radiation using a Cu target. ��� �The source of the X-ray source on the surface of the target will not be larger than 70 microns approximately in effective size taking the option take off angle into consideration. ��� �The maximum loading on this source has to be at least 2.97 kW. ��� �The contractor will ship and install a confocal optical system that will focus X-rays from the X-ray source to a 100 micron pinhole of the collimator that will be supplied by the contractor. The divergence of the beam cannot be larger than 10 mRad. The optical system has to have automatic, remotely controller motorized slit for divergence adjustment. ��� �Contractor will ship and install on the left port of the new X-ray generator a hybrid photon counting (HPC) detector with at active area of at least 155 mm by 162 mm with a pixel size of not larger than 75 microns. The detector will have a frame rate at least 20/sec and have to be able to handle a total of 6.9x108 countspersec/mm2. ��� �Both the X-ray source and the detector will be controlled by a contractor supplied computer running a contractor specified version of the Linux operating system. The computer will have at least 1TB hard disk space and will have at least 8GB of memory.� ��� �On this control computer contractor will install software to control data collection and control of the X-ray generator. ��� �Contractor will connect both �HPC detectors to the Bldg 5 boil-off nitrogen gas system and provide the ability to distribute the nitrogen flow to two low temperature systems.� ��� �Contractor will assure that there is no detectable radiation leakage from the generator, from the coupling between the confocal optics and the X-ray generator, from the confocal optics housing, from collimator coupling at the full 2.97 kW power setting.� ��� �Contractor will de-install an existing Rigaku RA-Micro7 HF X-ray generator (S/N DD307408) and will deinstall an existing Rigaku A200 CCD X-ray detector (S/N 09380200) and place them into crates ready for shipping.� ��� �Contractor will de-install an existing Rigaku BioSAXS-1000 small angle scattering system (S/N: PW10734) and reinstall it on an existing Rigaku MircroMAX-007 HF X-ray generator (S/N: ED215905). ��� �Contractor will de-install an Eiger 4M HPC detector (S/N E-08-0121) and its goniostat and two-theta stage and will reinstall these on the right port of the new X-ray generator. ��� �Contractor will de-install an VariMax HF confocal X-ray optical system (S/N: 1189) and reinstall it on right port of the new X-ray generator. 5.0 �� �TASKS AREAS Independently, and not as an agent of the Government, the contractor shall perform all the detailed Task Areas listed below: 5.1�� �Task Area 1 � Delivery � Contractor shall inside deliver all new equipment, will un-crate and remove debris from the laboratory.� Contractor shall place all de-installed equipment into crates and under the trade-in agreement will remove these from the laboratory. Contractor shall provide on-site installation and instrumentation start up are at no additional charge unless otherwise stated. 5.2�� �Task Area 2 � Acceptance Criteria � The Contractor shall meet the following performance specifications for acceptance:� ��� �The new X-ray generator and new confocal optical system (left port) will provide at least 5x1011 photonspersec / mm2 through a 100 micron pinhole at the sample position at a divergence of not larger than 10 mRad.� ��� �The X-ray generator will operate for at least one week without interruption for at least one week at a power setting not less than 2.9 kW. Both detector systems will be capable of continuous (shutterless) data collection mode.� ��� �The newly installed HPC detector will have no more than 2000 total pixels that are not functional at installation.� ��� �Contractor shall assure that all radiation enclosure doors are electronically interlocked and that two independent data collections can be conducted in the same time. This means that left port X-ray shutter will not open unless all doors that provide access to the left port experimental area are closed and its interlock is activated, and the right port X-ray will not open unless all doors that provide access to the right port experimental area are closed and the interlock is activated. 6.0�� �PURCHASE ORDER TYPE This Purchase Order is to be a firm fixed price.� 7.0�� �INSPECTION AND ACCEPTANCE Inspection and acceptance will be performed at the place of installation - National Institutes of Health, NIDDK, 9000 Rockville Pike, Maryland 20892. (vi)�� �This requirement is being pursued through the authority granted in FAR 52.211-6, Brand Name or Equal. This is a requirement for a Rigaku Americas Corporation FR-X Microfocus Rotating Anode X-ray Generator and an Eiger R 4M Hybrid Photon Counting Detector, VariMax VHF ArcSec Confocal Optical System. � (vii)�� �Period of Performance: �Delivery Within 6 � 7 months ARO (viii)�� �The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (viii)�� �The provision at FAR clause 52.212-2, Evaluation � Commercial Items, is applicable. �Award will be made to the contractor providing the most advantageous quote to the Government. �Technical factors and price considered with technical factors outweighing price. � Specifically, the following technical factors will be evaluated: i.�� �The vendor will be evaluated on their quoted product meeting the specifications under section 16.v 4.0 SALIENT / REQUIRED FEATURES AND SPECIFICATIONS (x)�� �FAR clause 52.212-3, Offeror Representations and Certifications � Commercial Items, is applicable. �An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision. � (xi)�� �FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. (xii)�� �FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items, applies to this acquisition. �Including the following clauses and Prohibitions: i.�� �52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313) ii.�� �FAR 52.211-6, Brand Name or Equal. iii.�� �52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)) iv.�� �52.219-28, Post Award Small Business Program Representation v.�� �52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). vi.�� �52.222-21, Prohibition of Segregated Facilities vii.�� �52.222-26, Equal Opportunity viii.�� �52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212) ix.�� �52.222-36, Equal Opportunity for Workers with Disabilities x.�� �52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212) xi.�� �52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496) xii.�� �52.222-50 Combating Trafficking in Persons xiii.�� �52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving� xiv.�� �52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83) xv.�� �52.225-13, Restrictions on Certain Foreign Purchases Additional Clauses: i.�� �52.232-33, Payment by Electronic Funds Transfer� System for Award Management (Jul 2013) (31 U.S.C. 3332) (xiii)�� �Additional Contract Requirements: None (xiv)�� �The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable.� (xv)�� �Offers shall be submitted via email to amber.harris@nih.gov (17)�� �Place of Contract Performance:� �� �National Institute of Health, NIDDK �� �5 Memorial Drive Bethesda, MD 20892 (18)�� �Set-aside Status: This is not applicable to this requirement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/79d533a3533f4de9a00dcfc23f31ddef/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05693007-F 20200618/200616230209 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.