Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,2000 PSA#2633

NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001

66 -- NUCLEAR MAGNETIC RESONANCE SPECTROMETER SOL 1-057-RCA.1089 DUE 071300 POC B. Terry Cobb, Contract Specialist, Phone (757) 864-2129, Fax (757) 864-6966, Email t.g.cobb@larc.nasa.gov -- Roberta I Hollifield, Contract Specialist, Phone (757) 864-2521, Fax (757) 864-6131, Email r.i.hollifield@larc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=23#1-057-RCA .1089. E-MAIL: B. Terry Cobb, t.g.cobb@larc.nasa.gov. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This procurement is being conducted under the Simplified Acquisition Procedures (SAP). Specifications for Nuclear Magnetic Resonance Spectrometer 1 EACH 1. The spectrometer must have a compact, high-resolution superconducting 300 MHz, 7.0 T 54-mm bore magnet (not refurbished) with internal shield and: o all electrical parts of the machine have to operate on 120 V o the spectrometer must be equipped with an antivibration device in order to minimize floor vibration effects o the spectrometer must be equipped with helium/nitrogen probes and level meters, o the spectrometer must be equipped with a variable temperature module that allows liquid sample temperature management from -125 oC to 125 oC (resolution of 0.1 oC or better). o peripherals that include a magnet kit, a sample depth gauge and test samples 2. The spectrometer must be optimized for walk-up operation and require a minimum of maintenance (Helium fill no more than 5 times a year and Nitrogen fill no more than once in two weeks) 3. The 300 MHz, RF system needs to be configured as follows: A A four nucleus autoswitchable probe that supports 1H, 19F, 31P, and 13C single and double resonance experiments and includes: o direct observation of 1H and 19F o direct observation of 13C and 31P with 1H or 19F heteronuclear decoupling o 1H homonuclear decoupling o indirect detection of 13C and 31P with direct observation of 1H or 19F (indirect detection filters may be optional) o selective excitation B Amplifier module configuration: 35 W highband (minimum) for 19F and 1H, 35 W lowband (minimum) for 13C and 31P. C Data acquisition software should be easy to use (preferentially icon controlled) and support the following experiments: o direct observation of 13C and 31P (with and without heteronuclear decoupling) o homonuclear correlation: COSY, gCOSY, TOCSY, and gDQCOSY o nuclear Overhauser effect (nOe) experiments: NOESY and ROESY o heteronuclear correlation: DEPT, APT, and HETCOR (phase-sensitive, multiplicity-edited), and gHMQC-TOCSY o resonance-selective: 1D NOESY (GOESY, DPFGSE-NOE) and 1D TOCSY (DPFGSE-TOCSY) o the ability of "user-added" custom experiments D Automated 1H and 2H gradient shimming compatible with all probes and sample sizes E Autocalibration: -- automated pulse width calibration -- automated pulsed field gradient calibration -- user friendly, informative guide for automated system and experimental calibration -- automated parameter update for all relevant experiments F Autolock, autogain, autophase and autoshim G Automated sample insert and eject (using air or nitrogen gas) 4. The spectrometer must be equipped with linear, high dynamic range RF transmitters with the possibility for: o direct digital synthesis for accurate frequency and phase synthesis (min. 0.1 Hz frequency precision) o observe, pulse, and decouple functions for both highband and lowband channels o amplitude control with logarithmic attenuation (0-63 dB with 1 dB increments and 5 ms amplitude switching) o observe and decouple phase control at 90o and 1.41o steps. o synchronous or asynchronous phase modulation (WALTZ16, GARP, MLEV16, XY32, square wave, swept, CW) 5. The spectrometer must be equipped with a preamplifier that meets the following specifications: o high dynamic range, high sensitivity preamplifier for 1H and 19F observe with high speed active transmit/receive switch. o high sensitivity broadband preamplifier for 15N-31P observe o automated preamplifier selection 6. The spectrometer must be equipped with a field-frequency lock system that allows for: o quadrature detection with simultaneous sampling o high precision phase and field correction -- continuous rapid response field and phase correction for short term field fluctuation -- continuous integrating field correction for long term drift o compatibility with pulsed field gradients 7. The spectrometer must be equipped with a high dynamic range receiver/analog-to-digital converter (ADC) system that meets the following minimum specifications: o 100 kHz maximum spectral width, 16 bits o allows for quadrature detection with simultaneous sampling o frequency-shifted quadrature detection that eliminates 0-frequency and quadrature artifacts o includes a high dynamic range receiver with 38 dB gain, 2dB increments o includes = 2 Mbyte dual-ported memory table, min. 32 bit data acquisition 8. The spectrometer operating console must be configured as follows: o Sun Ultra 5/360 workstation (or higher model), including a software license and peripherals (color monitor, floppy drive, CD-ROM drive, and printer/plotter) o Solaris 2.6 or higher operating system 9. The acquisition control subsystem must include: o NMR software (date acquisition software) and single station license o Ethernet TCP/IP interface to operating console o minimum of 4 Mbyte RAM o diagnostic RS-232 port 10. A worktable that is constructed from nonmagnetic materials 11. Vendor training requirements: o on site new user training o training that covers set-up calibration, acquisition, and processing of basic indirect detection experiments 12. Manuals and documentation should be provided 14. A minimum of 1 year warranty is required (after successful installation) and NMR software upgrades for 1 year. The provisions and clauses in the RFQ are those in effect through FAC 97-18. The SIC code and the small business size standard for this procurement are 3826 and 500 employees, respectively. The quoter shall state in their quotation their size status for this procurement. All qualified responsible business sources may submit a quotation which shall be considered by the agency. Delivery to NASA/LARC is required within 60-90 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Quotations for the items(s) described above are due by JULY 13,2000, no later than 4:00PM local time and may be mailed, faxed, or emailed to NASA/LaRC, Attn: Ms. Terry Cobb, M/S 126, 9 Langley Blvd.,Bldg. 1195A, Room 214, Hampton, VA 23681; fax number 757-864-6966 and include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Quoters are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://procure.arc.nasa.gov/Acq/Forms/Index.html to submit a quotation. Quoters shall provide the information required by FAR 52.212-1. If the end product(s) quoted is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the quoter shall so state and shall list the country of origin. The Representations and Certifications required by FAR 52.2l2-3 may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ FAR 52.212-4 is applicable. Addenda to FAR 52.212-4 are as follows: 1852.215-84 FAR 52.212-5 is applicable and the following identified clauses are incorporated by reference. 52.222-3, 52.233-3, 52.203-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.232-34, 52.219-8, 52.219-9, 52.225-13. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Questions regarding this acquisition must be submitted via email no later than JULY 6, 2000. Phone calls will not be accepted. Award will be based upon overall best value to the Government, with consideration given to the factors of proposed technical merits, price and past performance; other critical requirements (i.e., delivery) if so stated in the RFQ will also be considered. Unless otherwise stated in the solicitation, for selection purposes, technical, price and past performance are essentially equal in importance. It is critical that offerors provide adequate detail to allow evaluation of their offer (see FAR 52.212-1(b). Quoters must provide copies of the provision at 52.212-3, Offeror Representation and Certifications -- Commercial Items with their quote. See above for where to obtain copies of the form via the Internet. An ombudsman has been appointed -- See NASA Specific Note "B". It is the quoter's responsibility to monitor the following Internet site for the release of amendments (if any): http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=23 Potential quoters will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Note: **Advance Payments are not authorized. **Quoters must past performance/references along with their quote; include, company name, POC, and telephone number. **If quoters can provide literature, this will help in the evaluation process. Posted 06/28/00 (D-SN469351). (0180)

Loren Data Corp. http://www.ld.com (SYN# 0195 20000630\66-0007.SOL)


66 - Instruments and Laboratory Equipment Index Page