Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 19, 2021 SAM #7201
SOLICITATION NOTICE

66 -- Nal/PMT scintillation detector and PIN diode detector for NIMH Molecular Imaging Branch

Notice Date
8/17/2021 1:16:09 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIH-NIMH-21004699-RFQ
 
Response Due
8/30/2021 9:00:00 AM
 
Archive Date
08/31/2021
 
Point of Contact
Thien Nguyen
 
E-Mail Address
Thien.Nguyen2@nih.gov
(Thien.Nguyen2@nih.gov)
 
Description
STREAMLINED SOLICITATIONFOR COMMERCIAL ITEMS COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Title: Nal/PMT scintillation detector and PIN diode detector for NIMH Molecular Imaging Branch 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is NIH-NIMH-21004699-RFQ and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures; FAR Subpart 13.5�Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, dated December 2018. The associated NAICS code 334516: Analytical Laboratory Instrument Manufacturing. This requirement is a full and open competition Purpose and Objectives: The PET Radiopharmaceutical Sciences Section, Molecular Imaging Branch, National Institute of Mental Health, requires three different types of detector systems: We need� 1) detector for two analytical HPLC system, 2) detector for preparative HPLC system, and finally 3) detectors for synthesis equipment.� For analytical HPLC, we will use NaI /PMT(sodium iodide)/photomultiplier tube detector for quality control of PET radiotracers for molecular imaging study in animal subjects. For preparative HPLC system, we will use PIN diode and electronic interface cards. For synthesis equipment, we will use PIN diode, electronic interface, and PC software to display data in charts of the software running on PC, and record data to the computer hard disk. Background: These detectors were purchased previously, and they were successfully installed and used in CGMP lab. NIMH PRSS accumulated knowledges and skills in employing these detectors and connecting the detector electronics to the existing HPLC system such as Knauer and Shimadzu. Therefore, acquiring these detectors is the best practice for NIMH PRSS as NIMH PRSS has accumulated knowledges and skills on these detectors. Project requirements: The Contractor shall provide the following brand-name or equivalent to the following specifications: Purchase Description Sodium iodide scintillation crystal with photomultiplier tube (NaI-PMT) detector and�� flowcount. NaI-PMT detector is extremely sensitive to high energy gamma radiation(511 KeV).� The flow count is an electronic device that converts the pulse events to analog voltage output( typically 0 to 1 V) or converts current signal to voltage output by trans-impedance circuitry .� The NaI-PMT monitors the radioactivity of HPLC eluent installed after photodiode array detector.� The linear dynamic range of NaI �PMT should be from 10 �Ci to 2.5 mCi or greater than that.� The desired quantity is two Two pindidoe detectors for prep HPLC system and 16 pin diode for the radioactivity transfer monitoring in the two hot cells. All other amplifiers and signal conditioning board and software Quantity Description Purpose Part no. Number of items FlowCountPro Signal amplifier One for analytical and one for preparative HPLC. Ech one has two channels HPLC-6110 2 PMT Detector for high energy gamma To monitor radioactivity in the analytical HPLC system B-FC-3200 2 PIN diode detector To monitor activity in the prep HPLC system B-FC-3400-A 2 Extended range module Signal conditioning unit and range selectors for analytical HPLC B-FC-6106 2 Hot cell base unit Signal amplifier for PIN diode detectors on the radiosynthesis apparatuses. One for each hot cell B-HC-1000 2 Linear output card Amplifier the signal (current) into the voltage linearly proportional to the level of the gamma radiation B-HC-2200 16 Canned detector To monitor radioactivity in the various trap such as the methane trap and fluoroform trap B-HC-3100 16 Detector cables To conduct the response (low level of current) of the detector to the amplifier board,� hot cell detector cables 18 feet long B-HC-4300 16 software To display on PC and log data to PC. B-HC-6000 2 Service from the engineer To train and to support the installation B-SVC-TM 1 Salient Characteristics NaI-PMT detector is extremely sensitive to high energy gamma radiation (511 KeV).� The flow count is an electronic device that converts the pulse events to analog voltage output(typically 0 to 1 V) or converts current signal to voltage output by trans-impedance circuitry .� The NaI-PMT monitors the radioactivity of HPLC eluent installed after photodiode array detector.� The linear dynamic range of NaI �PMT should be from 10 �Ci to 2.5 mCi or greater than that.� Two pindidoe detectors for prep HPLC system shall monitor activity ranging from 0.1 mCi and 1000 mCi. A total of 16 pin diode detectors are required for monitoring the radioactivity transfer between different compartment of radiochemical synthesis equipment in the hot cell 7 and hot cell 8. The range will be approximately from 1 mCi to 1000 mCi.� The commercial system shall provide the capability of logging the data to the computer disk and display the data on the charts on the laptop computer. Anticipated Date of Delivery: 60 days after receipt of order. The Offerors to include a signed copy of the provision at FAR clause 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020), with this offer. The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. The provision of FAR clause 52.211-6, Brand name or equal (AUG 1999) applies to this acquisition. The provision at FAR clause 52.212-2, Evaluation � Commercial Items, applies to this acquisition. (a) The following is an addendum to 52.212-2. Responses received to this RFQ will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations. Responses will be evaluated based on contractor's ability to meet the government's essential requirements stated in this notice and on ability to deliver required supplies. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be ""technically acceptable"" or ""technically unacceptable"" based on the evaluation of responses to determine if, as submitted, the proposal is technically acceptable. Options. N/A (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Items, with its offer. The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition. The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.� All responses must be received by 08/30/2021�by 12PMEST and reference number NIH-NIMH-21004699-RFQ. Responses may be submitted electronically to Thien Nguyen at thien.nguyen2@nih.gov Fax responses will not be accepted. The name and telephone number of the individual to contact for information regarding the solicitation. Thien Nguyen Thien.Nguyen2@nih.gov 301-827-0914
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/46eedea961234f52b1d8ed8f7d0577c3/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06100586-F 20210819/210817230124 (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.