Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2011 FBO #3479
SOLICITATION NOTICE

66 -- Extended Interaction Oscillator, 0.5 watt output, 264 GHz frequency, liquid cool

Notice Date
6/2/2011
 
Notice Type
Cancellation
 
NAICS
334411 — Electron Tube Manufacturing
 
Contracting Office
National Institutes of HealthNational Library of Medicine6707 Democracy Blvd.BethesdaMD20892-7511
 
ZIP Code
20892-7511
 
Solicitation Number
NIHLM2011149
 
Response Due
6/17/2011
 
Archive Date
7/17/2011
 
Point of Contact
OWENS-COBBLAH, SONYA +1 301 594 4666, owenscobblahs@mail.nih.gov
 
E-Mail Address
OWENS-COBBLAH, SONYA
(owenscobblahs@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 NIHLM2011149 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 2005-43. The North American Industry Classification (NAICS) Code is 334411 and the business size standard is 750 employees. This solicitation is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Library of Medicine (NLM), on behalf of the National Institute of Diabetes and Digestive Diseases (NIDDK) intends to procure an Extended Interaction Oscillator. The microwave is used in dynamic nuclear polarization (DNP) experiments. The Extended Interaction Oscillator shall offer: (1) Output power must be at least 500 mW, with long-term power stability (seconds tominutes) within 10%, assuming 1˚ C stability in ambient room temperature. Theoutput must be continuous-wave, for periods up to at least 10 hours. (2) Output frequency must be tunable within 0.5 GHz of the central frequency. Thecentral frequency must be 264 GHz. Short-term and long-term frequency drifts must beless than 50 MHz, assuming 1˚C stability in ambient room temperature. (3) The microwave source must include all necessary power supplies and cooling units. (4) The microwave output should be through a rectangular TE10 mode fundamentalwaveguide. (5) The microwave source must be capable of operating in a constant backgroundmagnetic field of 40 gauss, which arises from superconducting NMR magnets in theroom where the microwave source will be installed. (6) The microwave source, power supplies, and cooling units must fit in available space on the NIH campus in Bethesda, MD. Available space is limited to an area of approximately 5' X 7' for the power supply and cooling unit and an area of approximately 2' X 2' for the source itself. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE:The offeror must include a completed copy of the following provisions: FAR Clause 52.212-1 Instructions to Offerors Commercial; As stated in FAR Clause 52.212-2 (a), FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Evaluation, Price, and Past Performance. Vendors must submit a listing of the most recent contracts/awards (minimum of 3) in which similar apparatus or equipment was purchased. Contracts/awards may include those entered within the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1.Name of Contracting Organization,2.Contract Number (for subcontracts provide the prime contract number and the subcontract number,3.Contract Type,4.Total Contract Value, 5.Description of Requirement to include Statement of Work,6.Contracting Officers Name and Telephone Number, and7.Program Managers Name and Telephone Number. * If past performance questionnaire is available, please submit. 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 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 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) days from the publication date of this synopsis on June 17, 2011 by 4:30 p.m., ET. The quotation must reference Solicitation number NIHLM2011149. 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 Library of Medicine, NIDDK Acquisitions Office, 6707 Democracy Blvd., Room 770B, Bethesda, Maryland 20817, Attention: Sonya Owens-Cobblah. Faxed copies will not be accepted. The National Library of Medicine requests the procurement of the professional services contract to provide service and maintenance. Vendors may identify in writing their interest and capability in response to this requirement or submit a proposal. This notice of intent is not a request for competitive proposals. However, all responses received before the closing date of this announcement will be considered by the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a quotation which, if timely received, shall be considered by the agency. The contract vehicle is a Firm Fixed price contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIHL/NIHLM2011149/listing.html)
 
Record
SN02462451-W 20110604/110602234707-afaee06b68576b3a7134f5a6234fdc2f (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.