Federal Bid

Last Updated on 26 Aug 2009 at 8 AM
Solicitation
Location Unknown

66--QCI Cryoprobe

Solicitation ID NIHDK2009190
Posted Date 02 Jul 2009 at 1 PM
Archive Date 26 Aug 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Nat'l Institute Of Diabetes, Digestive, & Kidney Diseases
Agency Department Of Health And Human Services
Location United states
The National Institutes of Health (NIH) National Institute of Diabetes and Digestive and Kidney Diseases is conducting a market survey to determine the availability and technical capability of qualified small businesses, including 8(a) small businesses, small disadvantaged businesses, woman-owned small businesses, service-disabled veteran-owned small businesses or HUBZone small businesses capable of providing Brand Name or Equal to Cryprobe for AVANCE 600 [BH027603] with the following specifications:: Item # Qty DescriptionPH2315 1 CryoProbe ultra-high sensitivity NMR probe including Triple Resonance Inverse Detection QCI 5mm CryoProbe for 1H observation with 15N, 13C and 31P decoupling. Optimized for highest 1H and 13C sensitivities. Can be used for typical inverse triple and quadruple resonance experiments and for 13C observation experiments. 2H lock channel, Z-gradient coil for use with GRASP II/A or GRASP III accessory, and standard CryoCoupler. Sample temperature range 0 to 80C. Automatic Tuning and Matching (ATM) Accessory for computer control of tuning and matching from sample to sample. Thermocouple stabilization unit, for increased temperature stability by precise regulation of the thermocouple connector temperature at the base of the NMR probe. Provides exceptional control in the temperature range from +15 to +35C only.BH0410 & BH0411 1 Closed-loop CryoPlatform cooling system allows simple operation for cooling CryoProbe(s), with standard CryoCoupler for connecting to the CryoProbe family of ultra-high sensitivity probes including: Cryo-Cooling unit, 230V, single phase, 60Hz, average 05.kW (Please see CryoProbe Siting information for further details.) Cryo-Cooling unit, 230V, single phase, 60Hz, average 05.kW Indoor water cooled helium compressor, 3 X 200 V/60 HZ, average 7.5kW (cooling water that meets the quality and quantity requirements indicated in the Site Planning Guide must be provided by the customer). Indoor helium gas pressure line, 6 meter length Helium gas cylinder line, 10 meter length Annual maintenance visit at the end of the first year is included 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 firms 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 Governments 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. Capability statement must be received at the address identified in this synopsis by no later than 10 days prior to close of business (4:30 P.M. local time at designated location) on July 13, 2009. Responses should be sent to : Fax: 301-480-8501 or email: [email protected] . This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited.
Bid Protests Not Available

Similar Past Bids

Location Unknown 02 Aug 2011 at 5 PM
Location Unknown 08 Jul 2011 at 2 PM
Location Unknown 08 Aug 2012 at 5 PM
Location Unknown 27 Aug 2012 at 6 PM

Similar Opportunities

Norfolk Virginia 29 Jul 2025 at 8 PM
Norfolk Virginia 29 Jul 2025 at 8 PM
Norfolk Virginia 29 Jul 2025 at 8 PM
Columbus Ohio 21 Jul 2025 at 3 PM