Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2004 FBO #0969
SOLICITATION NOTICE

66 -- Upgrade of Five Spectrometer Consoles

Notice Date
7/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W 6707 Democracy Blvd., MSC 5455, Bethesda, MD, 20892-5455
 
ZIP Code
20892-5455
 
Solicitation Number
NIH-NIDDK-04-238
 
Response Due
7/28/2004
 
Archive Date
8/12/2004
 
Point of Contact
Dana Harris, Contract Specialist, Phone 301-594-9987, Fax 301-480-4226, - Dana Harris, Contract Specialist, Phone 301-594-9987, Fax 301-480-4226,
 
E-Mail Address
harrisd@extra.niddk.nih.gov, harrisd@extra.niddk.nih.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NIH-NIDDK-04-238, and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2001-16. The North American Industry Classification (NAICS) Code is 339111 and the business size standard is 500 Employees. However, this solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. It is the intent of the National Institutes of Health (NIH), National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) to purchase console upgrades for five Bruker DMX NMR spectrometers: (1) 750 MHz Bruker DMX 750 spectrometer ? serial no. BH077195; (2) 600 MHz Bruker DMX 600 spectrometer ? serial no. BH071294; (3) 600 MHz Bruker DMX 600 spectrometer ? serial no. BH071194; (4) 500 MHz Bruker DMX 500 spectrometer ? serial no. BH077295; and (5) 500 MHz Bruker DMX 500 spectrometer ? serial no. BH059393. The five Bruker DMX NMR spectrometers were purchased from Bruker Biospin Corporation, 15 Fortune Drive, Manning Park, Billerica, MA 01821. The Mandatory Technical Specifications are as follows: ? All specifications must be demonstrated on site. Delivery shall be scheduled to coincide with the installation of the Bruker 900 MHz spectrometer on the NIH Bethesda campus (Building 6) in July 2006. The console upgrades delivered in July 2006 shall correspond to new 2006 consoles incorporating all board levels and upgrades available at that time (i.e. July 2006). 1. The spectrometer software and operation for all five consoles shall be fully compatible with other Avance NMR spectrometers in NIDDK. 2. Each spectrometer must provide a minimum of five frequency channels together with the capability of producing different asynchronous or synchronous composite pulse decoupling and different shaped pulses on all five of these channels simultaneously and independently. The composite pulse decoupling schemes must be freely programmable by the user and include the option for pulse shaping of the individual elements of the composite pulses. All five channels shall have identical specifications at low rf power levels, except that only two channels require operation over the frequency range for 19H and 1H, and a minimum of three channels shall operate over the frequency range for all other nuclei. 3. Each system shall be equipped with hardware and software for mapping the magnetic field profile within the sample in three orthogonal dimensions on regular triple resonance probes and in the z-direction on the cryogenic probes, and software for making the required homogeneity adjustments under computer control. The spectrometer also shall include the capability to automatically adjust the homogeneity of the magnetic field during the course of multi-hour experiments that include pulsed field gradients, without interruption of the actual experiments or having any other noticeable effect on the acquisition process. 4. The console electronics for all 5 systems shall be capable of 0.5 degrees phase resolution, 0.1 Hz frequency resolution and a 90 dB attenuation range on all five channels. The RF phase shall vary by no more than 3o over an attenuation range of 50 dB from full power. Rectangular pulses generated with the pulse shaping unit shall have phases and power levels indistinguishable from regular pulses specified to be at the same numerical attenuation setting. 5. The console for all 5 systems shall be able to pulse and observe 2H nuclei without physically recabling the console. 6. The long-term pulse amplitude stability on all channels for all 5 systems shall be better than +/-1% and phase stability shall be better than +/-1o as measured over a 24 h period in a room where the temperature changes by less than 1.5 oC. This stability is measured from the relative difference between 1D spectra, recorded with a 30o flip angle pulse, at various times during a 24 h period. 7. The console electronics for all 5 systems shall permit application of user defined shaped pulses to operate independently on each of the five available channels. The shaped pulses must allow a minimum of 16000 user-definable elements within a single pulse shape. The dynamic range of each channel for shaped pulses must be at least 80 dB total range, with 0.1 dB resolution. 8. Each system shall be capable of independent and simultaneous control over amplitude, frequency, phase and duration of pulses for all five frequency channels and over internal real-time clock pulses for triggering of external devices. 9. The console for each system shall be equipped with a digitizer of at least 16 bits allowing simultaneous sampling of the quadrature receiver channels for spectral widths of up to at least 1 MHz. The system shall also be capable of oversampling and digital filtering of the NMR audio signal. In addition, no DC offset correction in the time domain shall be required on data acquired with a single scan, independent of receiver gain setting. 10. Each console shall provide access to at least 8 TTL lines that can be addressed by the pulse program for external device control, and are not dedicated to other spectrometer functions. 11. Each system shall be equipped with a pulse program controlled pulsed field gradient power supply, capable of generating a field gradient along the z axis with a strength of at least 50 G/cm and at least 45 G/cm in the x and y directions, for the 5 mm probeheads. The recovery of the magnetic field and its homogeneity shall be such that a signal acquired 200 us after a rectangular 1 ms gradient applied simultaneously in the x, y, and z directions at 25 G/cm in each direction, (z direction only for cryogenic probeheads) differs by less than 3% from that acquired without the preceding gradient pulse. This shall be measured for a sample of 2 mM sucrose in D2O solution, using 1 Hz exponential line broadening and identical phasing by direct subtraction of the spectra acquired with and without gradients. 12. Before high-power amplification, pulse rise and fall times shall be <50 ns, measured between 10% and 90% amplitude levels. Fast power switching (less than 500 ns) on each system shall be provided on all five of the channels, regardless whether the preceding pulse is shaped or rectangular. 13. Each system shall have the capability of decoupling the 2H signals without recabling, and full control over RF phase, power and pulse shaping must be available in a manner identical to all other channels. 14. Each system shall be equipped with a variable temperature control unit capable of providing less than 0.01oC sample temperature variation per 1oC room temperature change. The sample temperature control, using the pulsed field gradient triple resonance 5-mm probehead must operate over a range of 5oC to 60 oC with setting and control being independent of room temperature, without the requirement of external cooling substances such as liquid nitrogen or dry ice, on both regular and cryogenic probeheads. The system shall be capable of operating in the variable temperature mode using dried air (with a dewpoint of ?70 F and pressure, 80 psi, 3 cfm) and meet all the above listed performance specifications. The sample temperature shall be adjustable in 0.1oC increments. Sample temperature shall have reached its set temperature to within 0.2oC within 3 minutes of initiating a 20oC temperature change, and remain within +/-0.3oC for a period of at least 24 h, with room temperature variations not to exceed +/-1.5oC. The sample temperature of a salt free aqueous solution shall not change by more than 1oC from the set temperature when applying 13C decoupling with a 5 kHz field strength for 50 ms each second (i.e. a 5% duty cycle). All specifications listed above and below in this request for proposal shall be met at the variable temperature air flow rate needed to meet these temperature specifications. 15. The dynamic range on each system shall be at least 60,000:1 as measured for a 90o 1H pulse by a S/N of at least 60:1 on a t-butanol peak in a 1/10,000 1H molar ratio to water. No spurious resonances shall be larger than 1/2000 times the largest resonance in the spectrum when operating in locked mode. 16. Each console shall be equipped with ethernet TCP-IP capability. 17. Each system shall start simple one-dimensional pulse programs within 5 seconds after receiving the keyboard command. Each system shall start any other pulse program within 10 seconds after receiving the keyboard command. Each system shall have the capability to view the acquired, digitized NMR signal on the screen in real time, while the experiment is in operation. 18. Each system shall be equipped with at least 100 Gigabyte of storage (unformatted). 19. The experimental excitation profile of a 1-ms G3 shaped pulse, generated by the pulse shaping unit on each system shall be within a factor of 1.5 of the theoretical profile, over an offset range of at least +/-10 kHz on both 1H and 13C channels. 20. Each system shall be equipped with a SCSI interface for control of up to at least 8 external devices. 21. Each system shall have the capability of processing and analyzing data from a previous experiment while simultaneously acquiring data for a new experiment. This shall hold true for both one- and multi-dimensional experiments, up to four dimensions. 22. The host computer system shall operate under the LINUX operating system and provide standard utilities, TCP/IP network tools, and availability of a C compiler. Additional copies of the NMR acquisition and processing software shall be provided to ensure that all spectrometers make use of the same software, corresponding to the most up to date version of the software produced by the vendor. 23. For all 5 spectrometers, the vendor shall take full responsibility for the entire system. 24. Besides demonstrating that the above listed requirements are met, each system shall be able to conduct the following tests successfully after installation in the buyer?s laboratory on both the cryogenic and room temperature probes (all tests shall be conducted at 25 oC, while operating in the temperature controlled mode): (A) The largest intensity observed in any of 10 consecutive 1H-13C spin-echo difference spectra (total of 2 transients per difference experiment) for the anomeric proton at 5.4 ppm in a sample containing 10 mg sucrose in 0.25 ml D2O, in a Shigemi thin-wall sample cell, using the following pulse sequence: 1H 90x - 3 msec - 180x - 3 msec - Acquire 13C 90x 90+/-x shall be smaller than 1% of the corresponding intensity observed in a single transient spectrum. The S/N for the anomeric resonances in the difference spectrum shall be >80:1 for the room temperature probes, and >200:1 for the cryogenic probes. Parameters: 25 oC, SW = 10 kHz, exponential line broadening 1 Hz, 13C transmitter at 100 ppm, non-spinning, full power 13C pulses, 4 dummy scans, acquire a total of 2 scans, acquisition time 1.5 sec (16K complex points, repetition rate 2.5 sec (including the acquisition time). (B) For the same sample, the recovery after a rectangular 1-ms 25 Gauss/cm simultaneous x/y/z pulsed field gradient (1-ms z gradient for cryogenic probes) shall be such that a 1D spectrum (10 kHz spectral width, 1.64 s acquisition time, 1 Hz line broadening, single transient) recorded 200 microseconds after the end of the gradient pulse shall differ by less than 5% from a spectrum recorded in the absence of this gradient pulse (using identical phasing and processing parameters). 25. In the case of each system, the upgraded console shall meet or exceed the best S/N and lineshape performances on both room temperature and cryogenic probes achieved by each system immediately prior to the upgrades. S/N shall be measured on two samples: ASTM 0.1% ethylbenzene; 0.5 mg sucrose/ml in D2O. 26. Any glitch levels shall fall below the S/N threshold for each system on both room temperature and cryogenic probes, for direct observation of 1H, 13C or 31P, in the presence of simultaneous moderate power levels broad-band decoupling 13C (5 kHz RF), 15N (1 kHz RF) and 31P (1 kHz RF; only for 600 MHz systems equipped with QXP probe) on the not-observed channel. 27. For each system the spectrometer console and all electronics shall be covered under full parts and labor hardware and software warranty for a period of one year and a full parts warranty for an additional period of four years starting from the date that all guaranteed specifications resulting from this contract have been met in the buyer's laboratory. NIDDK has determined that Bruker BioSpin Corp. is the only manufacturer capable of offering console upgrades compatible with NIDDK?s existing five (5) Bruker DMX NMR spectrometers mentioned above. This notice of intent is not a request for competitive quotations however, all responses received, within 15 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications ? Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions ? Commercial Items, applies to this acquisition. The addenda to the clause reads as follows: The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items ? Deviation for Simplified Acquisitions, applies to this acquisition. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due fifteen (15) calendar days from the publication date of this synopsis or July 29, 2004. The quotation must reference ?Solicitation number? NIH-NIDDK-04-238. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Institute of Diabetes and Digestive and Kidney Diseases 6707 Democracy Blvd., Room 779, Bethesda, Maryland 20817, Attention: Dana Harris. Faxed copies will not be accepted.
 
Place of Performance
Address: Bruker BioSPin Corporation, Billerica, MA
Zip Code: 01821
Country: USA
 
Record
SN00626661-W 20040722/040720211733 (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.