|
COMMERCE BUSINESS DAILY ISSUE OF MAY 13,1999 PSA#2345National Institutes of Health, Office of Procurement Management, 6011
Executive Blvd., Rockville, Maryland 20892-7260 66 -- UPGRADE POC Sheri Custer, Contracting Officer on 301-402-3065 or
Edward Wilgus, Chief, AB-B, on 301-402-3070 E-MAIL: Sheri Custer,
custers@od.nih.gov. Under authority of U.S.C. 253(c)(1), FAR 6.302-1
the National Institutes of Health (NIH), Bethesda, Maryland intends to
negotiate a contract with the Molecular Structure Corporation, 3200
Research Forest Drive, The Woodlands, TX 77391 for an Upgrade to an
existing Government-owned Rigaku Automated X-ray Imaging System, Model
R-AXIS IIC. The intended procurement will be classified under SIC
3826, Laboratory Analytical Instruments with a size standard of 500
employees. This upgrade shall include, but not be limited to the
following performance characteristics, features and pertain to the
following systems: (1) High signal to noise ratio obtained using
multilayer mirrors. Clean removal of white radiation without loss of
signal. Multilayer mirrors shall provide a level of approximately 2%
white radiation with virtually 0.0% CuK (beta); (2) Must maintain
compatibility with existing equipment which includes a Rigaku RU200
X-ray generator and Yale mirror system; (3) Rapid, direct data readout.
Shall provide areadout of 3000 x 3000 pixels. Two image plates shall be
included, reducing readout time to less than one minute. Shall be
capable of reading one plate while the second plate is being exposed
with X-rays. Options shall be available to read smaller portions of the
image plate. (4) Compatibility with the Silicon Graphics 02 computer,
using a Unix operating system; (5) The system shall provide a large
signal detection dynamic range of 10^6. Shall provide dual readout to
avoid pixel saturation; (6) High resolution imaging plates for large
unit cell data in addition to the normal image plates; (7) Low
maintenance with high reliability. Proven performance with positive
support from the scientific community; (8) Complete compatibility with
the existing R-AXIS IIC shall be required; (9) User friendly, direct
control software interface for data collection and data reduction; and
(10) Shall have access and working rights to proprietary software
involved. Any response must be received in writing within thirty (30)
calendar days from the published date of this notice. Information
furnished should include enough material to allow the Agency to perform
a proper evaluation. Concerns that respond to this synopsis shall
furnish concise responses directed specifically to the requirements
mentioned above and are invited to submit capability statements in an
Original Plus Two (2) copies no later than thirty (30) calendar days
from the date of this announcement. Source demonstrating the capability
to accomplish the above shall supply pertinent information in
sufficient detail to demonstrate their ability to perform. Written
responses shall include complete description of the services to be
provided, containing sufficient technical information to permit agency
analysis to establish a bona fide capability to meet the stated
requirements as listed above. THIS IS NOT A REQUEST FOR PROPOSAL (RFP).
Capability Statements: (a) If mailing your capabilities through the
U.S. Postal Service use the following address: National Institutes of
Health, Office of Procurement Management, OA, 6011 Executive Blvd.,
Room 529Q, MSC 7663, ATTN: Sheri Custer, Bethesda, MD 20892-7663. (b)
If hand delivering, or using a courier service such as: UPS, Federal
Express, etc., use the following City, State, and Zip Code: Rockville,
MD 20852. Responses by Facsimile (FAX) will NOT be accepted. See NOTE:
22 Not withstanding the forty-five (45) day notice for receipt of
capability statements all Capabilities must be received within thirty
(30) calendar days from publication in the CBD. Posted 05/11/99
(W-SN330274). (0131) Loren Data Corp. http://www.ld.com (SYN# 0371 19990513\66-0018.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|