Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2003 FBO #0535
SOLICITATION NOTICE

66 -- HIGH PERFORMANCE 300MHZ HIGH PERFORMANCE DIGITAL NUCLEAR MAGNETIC RESPONSE SPECTROMETER

Notice Date
5/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
03-C3B-006
 
Response Due
5/26/2003
 
Archive Date
5/16/2004
 
Point of Contact
Gary A. Golinski, Contracting Officer, Phone (216) 433-2790, Fax (216) 433-2480, Email Gary.A.Golinski@grc.nasa.gov
 
E-Mail Address
Email your questions to Gary A. Golinski
(Gary.A.Golinski@grc.nasa.gov)
 
Description
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; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Offer (RFO) for a High Performance 300MHz Digital Nuclear Magnetic Resonance Spectrometer:Specifications for a 300 MHz Nuclear Magnetic Resonance Spectrometer I. General A. High Performance 300 MHz Digital Nuclear Magnetic Resonance Spectrometer (NMR) II. Magnet System A. The system shall include an actively shielded 300MHz standard bore superconducting magnet, operating at field strength of 7.047 Tesla (300MHz) and appropriate magnet stand. B. A new helium level sensor is to be provided. C. An upper shim stack shall be provided that enables high flow rates for VT gas and includes integral sensors for shim and lock control. D. A shim system shall be provided with a set of 20 orthogonal, low current shim gradients, ensuring excellent Bo homogeneity with minimal heat generation. E. A unit controlling shim and digital lock shall be provided, which includes a. Digital lock frequency generation b. Digital quadrature lock receiver c. Fast field adjustments with sample and hold d. Flexible computer-controlled lock regulation system e. Shim Control Board with ultra stable high precision, low noise shim current sources, capable of controlling 20 shim gradients. F. A vibration isolation system shall be provided for the magnet. III. Spectrometer cabinet A. A rack mounted cabinet with rf shielding and full front access to all sub-assemblies and cabling shall be provided. IV. RF Section A. The console must be equipped with two high-performance linear amplifiers (12 ? 420 MHz) for observing and decoupling with at least a. 150-Watt pulse power, (10-Watt CW) over the range of 31P to 15N. b. 50-Watt pulse power (10W CW) over the range 1H and 19F. B. Preamplifiers shall be provided for a. 1H b. 2H (for lock and observe) c. Broadband d. Control unit e. Built in tune and match display C. A high dynamic range quadrature detection receiving system shall be provided with high dynamic range and inverse capability. D. The console shall be capable of automated high-speed configuration of RF signals. E. The instrument will be supplied with a control unit for a pulse field gradient system which allows simultaneous control of three magnetic field gradient channels with real time generation of gradient shapes F. The instrument will be supplied with a pulse field gradient accessory including a single channel power supply, and single channel gradient amplifier (at least 10 Amp) for generation of gradients with up to 50 Gauss/cm. V. Digital Acquisition Control System A. The console must contain a 100MHz or faster acquisition microprocessor with 16 Mbyte buffer memory capable of high speed communications with the host computer through a dedicated fast Ethernet link (100Mbit/sec). B. The console shall be capable of ultra fast pulse programming with exact timing and full flexibility in data acquisition with 12.5 nanosecond resolution or better. C. The console shall contain signal generation and frequency control units for F1 and F2 channels for generation of phase, amplitude and frequency direct digital synthesis which meets or exceeds these requirements: a. 0.01 degree phase settability b. 0.005 Hz frequency resolution c. 1 Mbyte wave form memory for programming of experimental sequences (including pulse shaping and composite pulse decoupling) that are executable synchronously or asynchronously D. A receiver control unit must be provided for acquisition of NMR data with over-sampling and digital filtering, providing 16 bit effective dynamic range for typical proton measurement conditions. E. A 16 bit digitizer shall be provided which is capable of simultaneous acquisition with up to 2 MHz sampling rate. VI. Host Workstation A. Host PC using Linux as the operating system a. Processor: Intel 2.4GHz Pentium IV or better b. Memory: at least 512 MB RAM c. 19 inch color monitor d. Hard drive with a capacity of at least 40 GB e. 3.5 inch Floppy drive f. CD-ROM: 16X min CD-RW g. Mid tower case h. Two 10/100 base-t Network Adapters i. Keyboard with 104+ keys j. System as delivered must include Xwindows and NFS capability and must include a C++ compiler B. Software package for acquisition and processing of 1D, 2D and 3D NMR data. C. An additional Linux-based, processing-only license for off-line processing will be included VII. Probes A. Existing Bruker 200 MHz 5mm and 10mm 1H / 13C switchable probes will be converted for use in this instrument at 300 MHz. These probes will be re-installed on the new instrument. Re-installation assumes the probes are working well, and that two days will be spent to re-install them on a commercially viable, best effort basis. B. The instrument, as supplied, must be compatible with existing Bruker 300 MHz probes, including 10mm Broadband, 5mm switchable, and 5mm PFG probes with ATMA VIII. Sample Changer A. The system shall include an automatic sample changer with a capacity of at least 24 samples. B. The sample changer shall be supplied with at least 24 spinners for 10mm tubes. C. An additional set of at least 24 spinners for 5mm tubes shall be provided. IX. Documentation A. Documentation describing the entire system shall be supplied. Such documentation shall include schematics, technical descriptions, and installation, service, and operations manuals for all system hardware described above. In addition, software documentation, including installation, user and reference manuals, shall be supplied. IX Installation A. Within one week after awarding of contract, a facilities planning guide shall be supplied, describing all of the physical, plumbing, electrical, environmental and safety requirements necessary for the installation of the console. A list of any special equipment and supplies required for installation and operation of the spectrometer shall also be supplied at this time. B. Provided that the site preparation requirements of the manufacturer have been met, the console shall be installed by qualified personnel, and operating within the above stated specifications no later than one month after delivery. Standard samples shall be provided for meeting specifications. C. The manufacturer shall supply at least four days of NMR user training (either courses or on-site). The provisions and clauses in the RFO are those in effect through FAC 01-03. The NAICS Code and the small business size standard for this procurement are 334519 amd 500 employees respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to the Glenn Research Center is required within 90 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by September 26, 2003 to NASA Glenn Research Center, Attn: Gary Golinski, MS 500-306 and must 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. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/Proc/home.tme Offerors shall provide the information required by FAR 52.212-1 (Oct 2002), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (Feb 2002), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (Apr 2003), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable. 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 All contractual and technical questions must be in writing (e-mail or fax) to Gary Golinski not later than May 23, 2003. Telephone questions will not be accepted. Selection and award will be in accordance with FAR 52.212-2 with the following evaluation factors: Price and Compatibility with existing equipment. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://ec.msfc.nasa.gov/msfc/pub/reps_certs/sats/ . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#105770)
 
Record
SN00326106-W 20030518/030516213853 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.