Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
SOLICITATION NOTICE

66 -- 90MHz Nuclear Magnetic Resonance (NMR) Spectrometer

Notice Date
7/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
RDECOM Contracting Center - Adelphi (RDECOM-CC), ATTN: AMSRD-ACC, 2800 Powder Mill Road, Adelphi, MD 20783-1197
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-10-T-0112
 
Response Due
7/26/2010
 
Archive Date
9/24/2010
 
Point of Contact
Martha S. Robles, (575)678-4963
 
E-Mail Address
RDECOM Contracting Center - Adelphi (RDECOM-CC)
(martha.robles@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (i) This 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QX-10-T-0112. This acquisition is issued as a request for quotation (RFQ) (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44 Effective 08 July 2010. (iv) This acquisition is on a full and open basis. (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001, 1 EA, 90 MHz Nuclear Magnetic Resonance Spectrometer. (vi) Description of requirements: 90 MHz Nuclear Magnetic Resonance Spectrometer (NMR) General Requirements: "90 MHz frequency NMR "Probes capable of obtaining 1H and 13C spectra "Permanent (non-superconducting) magnet "Computer and software for running instrument Feature Requirements: " Spectrometer -Permanent (non-superconducting) magnet at least equivalent to a 2.11 Tesla magnet operating at a 90 MHz proton frequency. -Any required temperature controller and sample spin systems. -Computer controlled Rf generation system including the frequency, transmitter output, transmitter/receiver phases, and receiver gain. -Computer controlled field offset and shim current in the X, Y, and Z gradients. -A pulse programmer having at least a 100 ns time resolution, 32K word program memory, 4096 program steps, 15 programmable outputs, and a minimum of 32-bit delay counter. -Vibration dampening system in place. "Computer system and software: -A computer capable of running the instrument and performing all of the required experiment optimizations and instrument control. -A software package capable of taking spectra and processing them into interpretable data. This includes the ability to take and process 2D NMR spectra to include at a minimum COSY, DEPT, and HETCOR. "Probes: -The probe used with the instrument shall be capable of obtaining both 1H and 13C spectra. -The probe features shall include a broadband 1H decoupler, and require 1H/13C switching hardware and associated control devices, a 5mm ambient temperature C/H prove with 1H decoupling, and a fixed frequency RF observation module. "Spectra Output Device: -The package shall include a printer for spectral output. "Peripherals: -The package must include shim control devices and power supplies as required. -A table for placing the computer and its required hardware. -A diaphragm air pump for supplying the needed air for operation of the spectrometer. "The contractor shall be responsible for delivery, installation and training at Aberdeen Proving Ground, MD. "Warranty: -The RF hardware and NMR software shall have a warranty period for a minimum of 3 years. (vii) Delivery is required 180 days from award or sooner. Delivery and installation shall be made to Aberdeen Proving Ground, MD 21005. Acceptance shall be performed at the same location. The FOB point is destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical, Past Performance and Price. The Technical element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product to industry or Government agencies. Past performance will consider the ability of the offeror to meet technical specifications, delivery schedules (with warranty fulfillment and maintenance reputation included as applicable). Offerors shall include 2 records of sales from the previous 24 months. Offerors shall identify a point of contact for each sale by providing a name and telephone number. Price will be evaluated based on the total proposed price, including options, (if any). Technical and past performance are of equal importance and when combined are significantly more important than price. The Government reserves the right to award to other than the lowest price and to award without discussions. (x) Offerors shall complete the annual representations and certificates electronically at http://orca.bpn.gov or include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: None. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in these clauses are applicable: For FAR 52.212-5 -- 52.203-6, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. For DFAR 252.212-7001 -- 52.203-3; 252.203-7000; 252.225-7012; 252.225-7036; 252.232-7003; 252.243-7002; and 252.247-7023. Clauses and provisions can be obtained at http://www.arnet.gov. (xiii) The following RDECOM local provisions shall be incorporated into any resultant contract: 52.004-4407 Type of Contract; 52.004-4409 RDECOMAC Point of Contact; 52.004-4411 Technical Point of Contact; 52.005-4401 Release of Information; 52.011-4401 Receiving Room Requirements; 52.032-4418 Tax Exemption Certification; and 52.032-4431 Wide Area Workflow (WAWF) Payment Instructions. A copy of the full text of these provisions will be made available upon request. (xiv) This acquisition is not rated under the Defense Priorities and Allocations System (DPAS). (xv) The following notes apply to this announcement: None. (xvi) Responses are due on 26 July 2010, by 11:59 PM, MDT, via email to martha.robles@arl.army.mil (xvii) For information regarding this solicitation, please contact Martha Robles, 575-678-4963 or via email at martha.robles@arl.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/72fde283635196972d055c8f0768997a)
 
Place of Performance
Address: RDECOM Contracting Center - Adelphi (RDECOM-CC), WSMR Branch ATTN: CCRD-AD-WS APG MD
Zip Code: 21005
 
Record
SN02208446-W 20100718/100716234924-72fde283635196972d055c8f0768997a (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.