Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2003 FBO #0560
SOLICITATION NOTICE

10 -- Lease with an Option to Buy or Lease to Own a Nuclear Magnetic Resonance Spectrometer.

Notice Date
6/10/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Robert Morris Acquisition Center, Natick Contracting Division (R&D and BaseOps), ATTN: AMSSB-ACN-S, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
DAAD16-03-T-0072
 
Response Due
6/20/2003
 
Archive Date
8/19/2003
 
Point of Contact
Michelle Miller, 508-233-5917
 
E-Mail Address
Email your questions to US Army Robert Morris Acquisition Center, Natick Contracting Division (R&D and BaseOps)
(michelle.miller@Natick.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The US Army Robert Morris Acquisition Center has a requirement to Lease with an Option to Buy or Lease to Own a Nuclear Magnetic Resonance Spectrometer. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format i n Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Th e simplified acquisition procedures in FAR 13.5 Test Program for Certain Commercial Items are being utilized. The solicitation number for this acquisition is DAAD16-03-T-0072 and is issued as a Request for Quotation. The requirements shall be as follows: Qualifying systems must be or exceed the following minimum requirements: NMR Spectrometer: The NMR Spectrometer shall have the following characteristics and be supplied as a turnkey system with all necessary items for complete operation supplied by the manufacturer. Magnet: 9.4T (400 MHz) operating field; Widebore (89mm) configuration (Standard bore configuration is acceptable/preferable, provided that all desired applications and temperature ranges (see below) can be accommodated in such a configura tion); Actively shielded design; Associated shims and controls; Automated and manual control of lock, sample spinning, shimming, phase, gain and sample insert/eject; Helium transfer line; Cryogen probes and level meters; Vibration dampers (if deemed necess ary after site survey); All associated cables, barrels, stacks, signage, etc. RF Console: Minimum 2 channel (upgradeable to 3 channel and micro-imaging) configuration to allow for the performance of the following types of experiments: High Resolution, M ulti-dimensional Liquids (proton, carbon, broadband); High Resolution Solids (cp/mas) (proton, carbon, broadband); High Power Wideline Solids (nuclei of interest: proton, carbon, phosphorus, deuterium); Pulsed Field Gradient Diffusion experiments in liqui ds and solids; (gradients up to 1000 G/cm, ability to measure D down to 10-9 cm2/s). Configuration to include all necessary transmitters, amplifiers, pre-amplifiers, attenuators, phase modulators, decoupling capabilities, deuterium lock, sample spinner co ntrols, etc. Probes: liquids: proton/broadband (15N-31P); VT range from minus 120C to plus 150C; Computer controlled switching and tuning of X channel; X channel must tune to the following:13C, 31P, 15N. It is desired that more than one probe confi guration be quoted, i.e., broadband X channel vs. fixed X channel, 5mm sample size, 10mm sample size, indirect detection vs. direct detection, etc. to allow for maximum flexibility. Please state which probes are available for standard bore and which are a vailable for wide bore. High Resolution Solids (cp/mas): H/X (tunable from 15N to 31P); Spinning rate up to 15 kHz; VT range from minus 50C to plus 120C. All associated sample spinning controls to be included. It is desired that more than one probe configuration be quoted, i.e., broadband X channel vs. fixed X channel, sample size, indirect detection vs. direct detection, etc. to allow for maximum flexibility. Please state which probes are available for standard bore and which are available for wide bore. High Power (wideline) Solids: Nuclei of interest: 1H, 31P, 13C, 2H; VT range from minus 100C to plus 150C. It is desired that more than one probe configuration be quoted, i.e., broadband X channel vs. fixed X channel, 5mm sample size, 10mm sample size, indirect detection vs. direct detection, etc. to allow for maximum flexibility. Please state which probes are available for standard bore and which are available for wide bore. Diffusion (PFG): Nuclei of interest: 1H (possibly 31P,129Xe); VT range from minus 100C to plus 150C; Gradient strengths up to 1000 G/cm; Ability to calculate diffusion constants down to 10-9 cm2/s in solid (polymer) sampl es. It is desired that more than one probe configuration be quoted, i.e., broadband X channel vs. fixed X channel, 5mm sample size, 10mm sample size, indirect detection vs. direct detection, etc. to allow for maximum flexibility. Please state which prob es are available for standard bore and which are available for wide bore. Variable Temperature Controls and Accessories: for all above applications/probes; both for low temp and hi temp operation; Control unit, cryogen dewars, transfer lines and connections. Workstation: The preferred computer control system must include the following features: Microsoft Windows 2000 Professional compatible computer system (preferred); At least an 18-inch Flat Panel Display; At least 1.5 GHz Pentium IV processor with 512K cache; At least 512 MB system RAM; At least 40 GB hard drive; 3.5 inch 1.44 MB disk drive; At least 32X CD-RW drive; Internal 250 MB Iomega Zip Drive; LAN/Ethernet connectivity; Keyboard, mouse, and pad; HP LaserJet 2200d printer or better; All system operating software. (Consideration will be given to comparable non-Windows-based workstations.) Software: The preferred computer operating system is Microsoft Windows 2000; All supplied software shall be supplied on CD-ROM or diskette as necessary; System operation, data collection, data analysis and data processing/plotting software must include the following features: The ability to acquire all common, widely accepted routine experiments, including, but not limited to NOESY, COSY, HMBC, HETCOR, T1, T2 determinations etc. for both liquids and solids applications. The ability to determine dif fusion constants in both liquid and solid samples. The ability to write custom pulse programs. Desirable features include: simulation packages, spectral library search engine, NMR guides/encyclopedias, C++ or Fortran compiler. Other: Sample turbine s; Depth gauges; Calibration samples; Starter kit for CP/MAS (rotors, caps, packing tools); Air-drying system; Any other accessories/support items not specifically mentioned above but considered necessary or highly recommended, please specify function and cost. Training: Application training for up to 4 U.S. Army personnel shall be provided. On-site US Army Natick Soldier Center, training is preferred. Training shall include such topics as: System Manager Training; Routine Preventative Maintenance; System Operation, hardware and software (to include high resolution liquids, high resolution solids, wideline solids, diffusion experiments). Documentation: The system shall come with complete printed manuals and tutorials for all system software. The system shall come with complete printed manuals for system hardware. Installation: Complete system installation shall be provided. Pre-installation guide shall be supplied detailing facility considerations. Pre-installation site survey shall be conducted to determine suitability of selected site(s). Warranty: Fu ll coverage warranty for 1 (one) year after date of demonstration of specifications, to cover all parts, labor, and travel to be completed on-site. Software Upgrades for 1 (one) year. Service Contracts: Please specify available service contracts for cove rage beyond the first year. This document incorporates Provisions and Clauses in effect through Federal Acquisition Circular 97-25. the Government anticipates awarding a single Firm Fixed Price Purchase Order with two option years as follows: Item 0001 Base year, 12 months at $__________. Item 0002 First Option Year, 12 months at $__________. Item 0003 Second Option Year, 12 months at $__________. The provision at FAR 52.212-1, Instructions to Offerors, Commercial applies to this acquisition, addenda to include the following: Offerors shall hold the prices in its offer firm for 60 days. Delivery shall be F.O.B. Destination, Natick, MA, and Inspection and Acceptance shall be at Destination by the cognizant rec eiving authority. Accordinaly, any necessary shipping costs to this location shall be incorporated into the total quoted price. Contractor shall submit literature of item being submitted for evaluation. Failure to submit literature will be grounds for a non-response to solicitation as award may be made without negotiations. Offerors shall provide a completed copy of the provision at FAR 52.212-3 and DFARS 252.212-7000 with their proposal. Clause at 52.212-4, Contract Terms and Conditions, Commercial It ems, applies to this acquisition. Offerors shall submit 1 copy of their proposal; the information presented shall be submitted in order as it was requested. The clause 52.207-5 Option to Purchase Equipment applies to this acquisition. The provision at 5 2.212.-2, Evaluation Commercial Items applies to this acquisition. The following Areas will be evaluated and restated in order of importance. TECHNICAL AREA: Will be evaluated based on a go/no go as to meeting all the minimum requirements of the equipmen t. 1. Capability: The instrument shall meet all stated criteria of the salient characteristics document. 2. Ease-of-Use: The system shall be usable by both experts and novice users with minimal training and supervision. 3. Maintenance and Repair: a) Response Ability: Ability of manufacturer to provide repair service, both routine and emergency, to the on-site location, with a local (New England region) service engineer in a minimal time frame. b) Repair Ability: Ability of the manufacturer to sup ply replacement or substitute (or loaner) components in a timely and cost effective manner. c) Cost of Maintenance and Repair: Consideration will be given as to the costs associated with Response Ability and Repair Ability. 4. Upgrade-Ability: The sys tem shall be upgradeable to take advantage of new system hardware, computer hardware and software developments with minimal retro-fitting. (This element will be based on past history and current system design). PRICE AREA: Price will be evaluated on the o verall price associated with the lease agreements. Technical combined with delivery is significantly more important than price. The following FAR clauses and provisions apply to this acquisiiton: 52.207-5; 52.212-1; 52.212-3; 52.212-4; 52.212-5; 52.217 -5; 52.217-7; 52.217-9 to include the following clauses: 52.219-14; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-13; 52.225-15; 52.232-33; 252.204-7004; 252.212-7000; 252.212-7001. The full text version of these provisions and clauses may be located at http://farsite.hill.af.mil. This synopsis/sollicitation may also be viewed on the US Army Robert Morris Acquisition Center, Natick Homepage, at www3.Natick.army.mil. Questions concerning this combined synopsis/solicitation can be directed to Ms. Michelle Miller, Contract Specialist, at Michelle.Miller@natick.army.mil. All quotations must be received (fascimile quotes will be accepted at 508-233-5286) via mail or email no later than 20 June 2003 at 3:30 p.m. (EST).
 
Place of Performance
Address: US Army Robert Morris Acquisition Center, Natick Contracting Division (R&D and BaseOps) ATTN: AMSSB-ACN-S, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
Country: US
 
Record
SN00343853-W 20030612/030611065534 (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  © 1994-2020, Loren Data Corp.