Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2011 FBO #3515
SOURCES SOUGHT

66 -- CRYOPLATROFM; CRYOPROBE

Notice Date
7/8/2011
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument 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, Maryland, 20892-5455
 
ZIP Code
20892-5455
 
Solicitation Number
NIHLM110081
 
Archive Date
8/2/2011
 
Point of Contact
V. Lynn Griffin, Fax: 301-480-8501, Edward J Kostolansky, Phone: 301-594-4758
 
E-Mail Address
griffinv@mail.nih.gov, ekostola@mail.nih.gov
(griffinv@mail.nih.gov, ekostola@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This Small Business Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for Market Research. The National Institutes of Health (NIH) National Institute of Diabetes, Digestive and Kidney Diseases (NIDDK) is conducting a market survey to determine the availability and technical capability of qualified small business, veteran-owned small business, service-disabled veteran-owned small business or HUBZone small businesses capable of providing Brand Name or Equal to Bruker Biospin CryoPlatform for Advance II 500 and DMX500; CRYOPROBE TM for AVANCE 600 with the following specifications: CRYOPLATFORM BH077707 and BH46704 AVANCEIII 500 BH077707 Closed-loop CryoPlatform TM cooling system allows simple operation for cooling CryoProbe(s), with standard CryoCoupler for connecting to the CryoProbe family of ultra-high sensitivity probes includes: Cryo-Cooling unit, 230V, single phase, 60Hz, average 0.5kW Annual maintenance visit at the end of the first year is included. DMX500 BH046704 Closed-loop CryoPlatformTM cooling system allows simple operation for cooling CryoProbe(s), with standard CryoCoupler for connecting to the CryoProbe family of ultra-high sensitivity probes includes: Cryo-Cooling unit, 230V, single phase, 60Hz, average 0.5kW Annual maintenance visit at the end of the first year is included. If each CryoPlatform cooling unit is requested to be installed on a different date, each install will be charged. CRYOPROBE TM for AVANCE 600 BH042599 CryoProbeTM ultra-high sensitivity NMR probe including: Triple Resonance Inverse Detection TCI CryoProbeTM for 1H observation with 15N and 13C decoupling and 13C observation with 1H and 15N decoupling (5 mm sample diameter), 2H lock channel.. Sample temperature range 0 to 80ºC. Sample Positioning Unit (SPU). Permits use of shaped tubes for minimized sample heating with lossy samples. GRASPTM III version, including actively shielded XYZ-gradient coil for use with GRASPTM III accessory. Reduced VT range. Mandatory Requirements: The cryoplatforms and cryoprobe shall be completely compatible with the existing Bruker Avance NMR equipment that they will be associated with. Thus the cryoplatforms have to be able to function with the cryoprobes and gradient amplifiers and consoles associated with the two Bruker Avance 500 MHz spectrometers (S/N BH 077707 and BH 046704). Likewise, the cryoprobe has to be able to function with the cryoplatform, gradient amplifiers and console associated with the Bruker Avance 600 MHz spectrometer (S/N BH 009310). The cryoplatform shall be fully automated and maintain probe electronics at near liquid helium temperatures to reduce noise contributions. The cooling system shall be of the closed-cycled variety and control all functions, ensuring excellent stability during short and long term experiments. The closed-loop cooling system shall involve at least two chambers in which helium gas is compressed in the first chamber and then allowed to expand in the second chamber, producing cold helium gas. Vacuum-insulated parts in the cooling system shall allow the coil assembly of the cryoprobe to reach very low (near liquid helium) temperatures. The "equal" item must meet the characteristics of the brand name item to be acceptable for award. Basis for Award: Offerors must provide descriptive literature or other material that demonstrates their offer meets the forgoing requirements. The contract will be awarded to the responsible offeror whose offer fully meets the requirements of the solicitation, provides the best value, with price and technical factors equally important in award evaluation. This request is for interested firms with the capability of providing the required equipment listed above are requested to submit a capability statement to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. The intended procurement will be classified under North American Industrial Classification (NAICS) code 334516 with a size standard of 500. All respondents are requested to identify their firm's size and type of business. Interested firms responding to this market survey must provide (a) capability statement demonstrating their experience, skills and capability to fulfill the Government's requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed 15 pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement, not to exceed 15 pages, should include references. Due to time sensitivity, a copy of the capability statement must be received at the address identified in this synopsis by no later than 10 days prior to close of business (5:00 P.M. local time at designated location) on July 11, 2011. Responses by fax or e-mail ARE NOT ACCEPTED. 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 provided 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 response 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)." Please email any questions to Ms. V. L. Griffin at griffinv@mail.nih.gov PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) http://www.ccr.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIHLM110081/listing.html)
 
Record
SN02493916-W 20110710/110708235322-4ad77d7859b724fb44f81e5576041a02 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.