The USDA, ARS, Western Regional Research Center, Albany, California has a requirement for one DIGITAL NMR Console, 600 MHz extra shielded superconducting NMR Magnet with 54 mm bore. Due to size constraints of the room, the magnet must not exceed a 5 Gauss line of 0.7 m, and a minimum ceiling height of 126 inches for maintenance. Must have an optional transfer line to reduce ceiling height to <118 inches, and anti-vibration legs.
Requires PC based workstation with 24â flat panel monitor; user-friendly software allowing multiple user identifications; variable temperature accessory; liquid nitrogen and liquid helium monitors; two-channel broadband radio frequency (RF) system; RT shims; sample Lift/Spinning assembly; broadband transmitter and receiver; H2 Lock System; automatic tuning and matching with associated probes; capable of automatic sampling without operator intervention; upgradeable to salt tolerant cryogenically cooled probe; clear bore of cryogenic probe to accommodate interchangeable flow cell; system upgradeable to accept cryogenically cooled probe that can be exchanged readily while cold and under vacuum. Optimal broadband and inverse detection performance is required. Provide site installation, operations manuals, and standard samples. 5 mm solution 1H-19F/15N-31P NMR probe must be capable of meeting the following specifications on Wilmad 535-pp tubes:
⢠1H S/N >=775:1, 1H 90 degree pulse width <= 8 us, 0.1% ethyl benzene
⢠13C S/N >=260:1, 13C 90 degree pulse width <= 10 us, ASTM
⢠15N S/N >= 30:1, 15N 90 degree pulse width <= 20 us, 90% formamide
⢠19F S/N >= 775:1, 19F 90 degree pulse width <= 10 us, 0.05% TFT
Upgradeable system for solids probe must have variable temperature (VT) gas flow; must be separate from air drive and bearing for maximum stability; and probe must be upgradeable to accommodate low frequency observation below 15N, down to 20 MHz.
System manager training and user training provided within 70 miles of Western Regional Research Center.
This solicitation incorporates the following commercial FAR clauses by reference 52.212-1, 52.212-2, 52.212-3, 52.212-4, and 52.212-5. Funds are not currently available for this acquisition and award will be made subject to the availability of funds. Interested vendors are encouraged to submit proposals (include any shipping/freight costs) with descriptive literature (refer to FAR 52.214-21) to Clarice Dixson, USDA, Agricultural Research Service, Western Regional Research Center, 800 Buchanan Street, Albany, CA 94710 or by e-mail to
[email protected] no later than 4:00PM PDST September 10, 2009.
Bid Protests Not Available