Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 13,1999 PSA#2345

National Institutes of Health, Office of Procurement Management, 6011 Executive Blvd., Rockville, Maryland 20892-7260

66 -- NUCLEAR MAGNETIC RESONANCE SPECTROMETER SOL 263-99-P(BD)-0037 DUE 052899 POC Marcia Goldman, Contract Specialist, 301-496-2302 This is a combined solicitation/synopsis for commercial items description, prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation, a written solicitation will not be issued. The solicitation, No. 263-99-P(BD)-0037, is issued as a Request for Proposal (RFP). The solicitation/contract will include all applicable provisions and clauses in effect through FAC 97-11. The standard industrial code is 3826, and the business size is 500 employees. The National Institutes of Health (NIH) National Institute of Child Health (NICHD) in Bethesda, Maryland has arequirement to acquire one (1) Nuclear Magnetic Resonance Spectrometer. The NIH intends to contract with Bruker Instruments, Manning Park, 19 Fortune Drive, Billerica, MA 01821, the only known source for this equipment . The spectrometer shall be capable of the following unique performance specifications: 1. All electronics shall be completely shielded. 2. Shall include an X nucleus transmitter allowing for low gamma observation down to 6 MHz. 3. Shall include a communication control unit having a speed of at least 100 MHz. 4. Shall include a multilink preamplifier which will allow the capability of probe tuning without having to change cables. 5. The digital router shall be completely software controlled whenever required for experimental set up. 6. Shall include built-in hardware probe protection. 7. Shall provide real time digital filtering of NRM data. 7. Each frequency control unit shall have a wave form memory of 256 KW (1Mbyte), 0.05 degree phase settability, and 0.001 Hz frequency resolution. 9. Shall include a digital lock system having the ability to digitize the lock signal by an analog to digital converter and allow for real time adjustments. 10. The contractor shall provide a YEAR 2000 Warranty for each hardware, software, and firmware product delivered under the contract. The contractor shall be able to accurately process the data ( including, but not be limited to, calculating comparing, and sequencing) from, into, and between the twentieth and twenty-first centuries an for the YEAR 2000 and leap year calculations. Nothing in this warranty shall be construed to limit the rights or remedies the Government may otherwise have under this contract with respect to defects other than YEAR 2000 performance. The contractor shall deliver the equipment within 180 days after contract award. The Government will evaluate based on F.O.B. Destination and acceptance at Bethesda, Maryland and the requirements of FAR 52.214-21 "Description Literature" apply. Information provided must demonstrate the equipment/s ability to meet the specifications described herein. Award will be made to the technically acceptable low offer. A completed copy of the provision FAR provision 52.212-1. A completed copy of the provision 52-212-3, Offeror Representatives and Certifications- Commercial Items, is required as part of the offer. The clause 52.212-4 Contract Terms and Conditions- Commercial Items applies to this acquisition .The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items applies to this acquisition. The Contractor will be paid following delivery, and acceptance of the equipment. Sources demonstrating the capability to accomplish the above shall provide pertinent information that is sufficient detail to demonstrate their ability to perform within 15 days of this notice. A determination by the Government not to complete with this proposed contract based upon the responses to the notice is solely within the discretion of the Government. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate under the authority of FAR 6.302. Respondents will not be notified of the evaluation results. Address responses to the attention of Ms. Marcia Goldman at the above address. FAX responses are acceptable at (301)402-3407 . Posted 05/11/99 (W-SN330116). (0131)

Loren Data Corp. http://www.ld.com (SYN# 0366 19990513\66-0013.SOL)


66 - Instruments and Laboratory Equipment Index Page