Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2010 FBO #3037
SOURCES SOUGHT

66 -- 500 MHz NMR Spectrometer

Notice Date
3/17/2010
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
 
ZIP Code
72079-9502
 
Solicitation Number
1069735
 
Archive Date
4/15/2010
 
Point of Contact
Nicholas E Sartain, Phone: 870-543-7370
 
E-Mail Address
nick.sartain@fda.hhs.gov
(nick.sartain@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION PURPOSES ONLY, NOT A REQUEST FOR QUOTE OR SOLICITATION. The Food and Drug Administration, Jefferson Laboratories, in Jefferson, Arkansas, is seeking business sources, including total small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, and 8(a) certified companies. The following information is provided to assist the FDA in conducting Market Research to identify potential contractors for this effort: The government is seeking capability statements from companies that are capable of providing a 500 MHz nuclear magnetic resonance spectrometer system. The offeror shall be able to provide installation and training for the system. The NMR spectrometer should be of the latest generation of 500 MHz systems manufactured by the vendor. System requirements are as follows: 1 - Superconducting Magnet System: 1.1 Comprising a shielded superconducting magnet subsystem with a standard (54 mm) bore and an operation field of 11.74 T (corresponding to a 1H resonance frequency of 500 MHz); 1.2 A computer-controlled multiple-gradient shim system for adjusting the homogeneity of the magnet; 1.3 The magnet shall be suspended on a set of pneumatic vibration isolation posts designed to reduce the effects of floor vibrations; 1.4 The magnet shall have an unlocked field drift rate of less than 10 Hertz (Hz) per hour - to be measured within 30 days of ‘energizing' the magnet and taken as the average value over a 24 hour period; 1.5 Cryostat specifications: 1.5.1 Helium hold time > 100 days 1.5.2 Nitrogen hold time > 14 days 1.5 Radial stray field: 5 Gauss line from magnetic center ≤ 0.8 m 2 - Console: The console should handle all aspects related to the locking and shimming of the magnet, generation and handling of RF pulses, and handling and processing of signals. A detailed description should be provided on the capabilities of the instrumentation, including, but not limited to: 2.1 Phase switching capabilities, amplitude switching capabilities, frequency switching capabilities, time resolution capabilities, minimum pulse length and minimum delay capabilities; 2.2 Capacity of the system to conduct automatic tuning and matching of the probe without need for re-cabling; 2.3 Effective digital resolution of the receiver (in bits). The dynamic range should be provided preferably at 10 kHz spectral width; 2.4 Specifications of the probe temperature control module, when used with the probe supplied. 3 - Probe The system shall be equipped with a single 5 mm high-performance probe that is fully autotune- and match-ready, capable of handling efficiently both high (1H-19F) and low frequency (15N-31P) nuclei, and presenting the following minimum signal to noise (S/N) sensitivity specifications: 3.1 1H sensitivity - S/N ≥ 650:1 (0.1% ethylbenzene sample). 3.2 13C sensitivity - S/N ≥ 220:1 (10% ethylbenzene sample). The sensitivity specifications for the following nuclei should be provided: 3.3 15N, using a sample of 90% formamide; 3.4 31P, using a sample of 0.0485 M triphenylphosphate; 3.5 19F, using a sample of 0.05% trifluorotoluene 4 - Workstation Subsystem The workstation subsystem should be able to control all aspects of the operation of the instrument, including, but not limited to, probe tuning and matching, experiment set up, data acquisition, and data workup and plotting. 4.1 Although the use of other operating systems will not be considered as a sole basis for exclusion of a proposal, for network compatibility issues, in-house IT know-how, and assured compatibility with third-party programs regularly used in the data analysis, reporting and backup operations, a system running under Microsoft Windows will be preferred; 4.2 At least one backup copy of all software shall be provided on CD/DVD ROM; 4.3 Free software and firmware upgrades should be provided during the warranty period of the instrumentation. 5 - Installation requirements The Contractor shall install the system console, workstation controller, and system software. The Contractor shall perform the acceptance tests. The Contractor shall instruct up to four NCTR personnel on routine maintenance procedures such as cryogen fills, etc. The training shall also include a thorough demonstration of all system/solution functions, maintenance, data administration, and basic troubleshooting. The training may be completed at NCTR immediately after installation/set-up and on-site acceptance of the instrument. 6 - Potential for future upgrades The NMR spectrometer must be fully compatible (as configured) to allow the future installation of an inverse detection probe designed to use 1.7 mm sample tubes. The vendor should be able to demonstrate that such probe is currently available. An expectation of future availability will not be accepted as evidence of the upgradability of the instrument. The associated North American Industry Classification System (NAICS) Code is-334516- Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. Potential contractors must indicate business size, proof of any set-aside certification and company's DUNS number and provide a contact name, the mailing address, phone number and email address of point of contact. Capability statements must provide enough information to determine if the company can meet the requirement. At a minimum provide the following: All descriptive material necessary for the government to determine whether the product offered meets the technical requirements including: technical specifications, descriptive material, literature, brochures and other information, which demonstrates the capabilities of the contractor to meet the requirement. The potential contractor should provide contact information to users of their 500 MHz NMR system. Interested Contractors must respond with capability statements which are due in person, by postal mail, fax or email to the point of contact listed below on or before March 31, 2010 by 13:00 hours (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OA/OAGS, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. Reference solicitation number FDA1069735. For information regarding this request for information, please contact Nick Sartain at (870) 543-7370, FAX (870) 543-7990 or email nick.sartain@fda.hhs.gov. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1069735/listing.html)
 
Place of Performance
Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN02094801-W 20100319/100317234806-609c5705c564cebfee640b19da7e691e (fbodaily.com)
 
Source
FedBizOpps 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.