COMMERCE BUSINESS DAILY ISSUE OF AUGUST 2, 2001 PSA #2906
SOLICITATIONS
66 -- LABORATORY EQUIPMENT
- Notice Date
- July 31, 2001
- Contracting Office
- National Institutes of Health, Office of Procurement Management, 6011 Executive Blvd., Rockville, Maryland 20892-7260
- ZIP Code
- 20892-7260
- Solicitation Number
- 263-01-P-(DF)-0088
- Point of Contact
- Ora L. Bethea, Contracting Officer (301) 402-2847
- Description
- 17. Laboratory Apparatus and Furniture Manufacturing. The National Institutes of Health in Bethesda, MD intends to award a contract on a sole source basis to Bruker Medical Inc. Any response must be received in writing 15 calendar days from the published date of this notice. The equipment a Biospec Avance 70/30USR (MRI System)consists of the following, manufactured by Bruker Medical Inc: The 7 Tesla Magnetic Resonance Imaging (MRI) Scanner shall meet or exceed the following specifications: 1. Shall include a persistent, actively-shielded, refrigerated,superconducting magnet with a nominal field strength of 7 Tesla, minimum field strength of 7.0 Tesla. The bore size of at least 30 centimeters. The magnet shall not require liquid nitrogen. 2. Magnetic field drift shall be no greater than 0.05 parts per million per hour after energization and stabilization. 3. The magnetic field variation shall be 5 ppm or less over a 15 centimeter diameter spherical volume centered at the magnetic field center. This shall be achieved using a combination of superconducting, passive, and room-temperature electromagnetic shim coils. 4. Shall include a gradient and shim coils including dedicated power supplies. Bore diameter of gradient and shim coils shall be at least 20 centimeters. 5. Shim coils shall include at least X, Y, Z, Z2, Z3, Z4, XY, X2-Y2, XZ and YZ channels. X, Y, and Z channels shall be integrated with pulsed field gradient coils. 6. Power supplies for all shim channels shall be under computer control to permit automated shimming. 7. Pulsed field gradient coils must include three channels: X, Y, and Z, each with active shielding and a minimum strength of 100 milliTesla per meter (10 Gauss per centimeter) at 100% duty cycle, using the gradient amplifiers and power supplies of the MRI console. 8. Inductive rise time for each gradient channel shall be no more than 200 microseconds. 9. Each gradient coil shall produce a magnetic field gradient linear to within 4% over a 120 mm diameter spherical volume centered at the center of the gradient set. 10. Gradient, room temperature shim, and cryomagnet field centers shall coincide to within +/- 1 millimeter. 11. Gradient coil set shall be water-cooled and fully Echo Planer Imaging capable. 12. The MRI console shall include two independent channels to permit multinuclear transmit/observe with proton decoupling. At least one channel shall be fully broadbanded from 10 MHz or below to 125 MHz or above. In addition, at least one channel shall cover the frequency range from Fluorine-19 (19F) (280 MHz) to Tritium-3 (3H) (318 MHz). 13. Timing resolution of pulse programmer shall be 12.5 nanoseconds or less. 14. Each RF channel shall support phase setting with a resolution of 0.5 degrees or smaller. 15. Console electronics shall permit excitation and observation of fluorine-19 (19F). 16. Radio frequency waveform generators on each channel shall support amplitude resolution of 16 bits or higher and a time resolution of 1 microsecond or smaller. 17. Each of the two channels must include a fully solid-state Radio Frequency amplifier capable of generating pulses of at least 1 kiloWatt with a duration of at least 50 milliseconds with percent droop of no more than 3.0 over this pulse duration. 18. Rise time for each amplifier to 1 kiloWatts output shall not exceed 500 nanoseconds. 19. Fall time for each amplifier from 1 kiloWatts shall not exceed 100 nanoseconds. 20. Shall include radio frequency channels including preamplifiers selectable by software control. 21. Preamplifier, receiver, and digitizer chain shall support interleaved heteronuclear excitation and observation of at least the following pairs of nuclei: hydrogen (1H) and phosphorous (31P), hydrogen (1H) and carbon (13C), phosphorus (31P) and carbon (13C). 22. Receiver and digitizer shall support oversampling, digital filtering, and hardware data decimation with a complex time per point of 10 microseconds or shorter and a dynamic range of at least 16 bits. 23. Receiver and digitizer shall support sampling at a rate of at least 1 MHz (i.e. 1 million complex data points per second). 24. Preamplifier and receiver shall be capable of blanking or unblanking within 8 microseconds. 25. Preamplifier set shall include a tuning bridge to permit manual tuning and matching of radio frequency probes with visual feedback. 26. Each pulsed field gradient channel shall include a waveform generator with amplitude resolution of at least 16 bits and time resolution of 5 microseconds or smaller. 27. Gradient electronics shall include provision for automatic shutdown in the event of gradient coil overheating. Response clearly identify the brand name, item number, terms and conditions, destination information, descriptive literature/technical information describing the items proposed, warranty, service information and a copy of the published commercial pricelist. Concerns offering to furnish equivalent/equal equipment and accessories to the brand name listed above will be considered only if responding with clear and convincing documentation on their ability to meet the requirements of this synopsis in writing so that the agency can perform an analysis. Adequate detailed data by which to evaluate capability should be sent to the point of contact listed above. All responses from responsible sources will be fully considered. As a result of analyzing responses to this synopsis of intent, the contracting officer may determine that a competitive solicitation be issued. If a solicitation is issued no additional synopsis will be published. If no written responses are received that demonstrate the ability to fulfill the Government's requirement then an award will be made using FAR Part 13.5.
- Record
- Loren Data Corp. 20010802/66SOL020.HTM (W-212 SN50T5L5)
| 66 - Instruments and Laboratory Equipment Index
|
Issue Index |
Created on July 31, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|