Federal Bid

Last Updated on 13 May 2016 at 8 AM
Combined Synopsis/Solicitation
Campus Illinois

850 MHz Instrument Cryoprobe

Solicitation ID FDA-RFQ-1162980
Posted Date 15 Apr 2016 at 3 PM
Archive Date 13 May 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Office Of Acquisitions And Grants Services - Rockville
Agency Department Of Health And Human Services
Location Campus Illinois United states
Part 1 - Description
The FDA has a requirement for a cryoprobe component for an existing Bruker 850 MHz NMR instrument.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a separate written solicitation will not be issued.

This solicitation is a Request for Quote (RFQ) using FAR Parts 12 and 13 procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87. The North American Industry Classification System (NAICS) code for the proposed acquisition is 334516, Analytical Laboratory Instrument Manufacturing. . The associated small business standard is 500 employees. This is for full and open competition.

Part 2 - Supplies or Services and Prices/Costs

Purchase Order Type: Firm-Fixed Price
Base Year
Manufacturer Product Code Description Quantity Price
Quadruple Resonance Inverse (QCI) Detection Cryoprobe
Automatic Tuning and Matching Accessory (ATM)
Sample Positioning Unit (SPU)
Shipping
Installation and training
One (1) year warranty on parts and labor
Total Firm-Fixed Price

Option Years
Option Year Description Price
1 Service Agreement
2 Service Agreement
3 Service Agreement
4 Service Agreement
Total Firm Fixed Price

The total price for the base and four option years is tiny_mce_marker___________.
Part 3 - Description/Specifications

3.1 Background

The U.S. Food and Drug Administration's Center for Drug Evaluation and Research has a requirement for the purchase of an 850 MHz cryoprobe for an existing NMR at the FDA's White Oak Facility..

3.2 Salient Characteristics

To meet the purpose and objective of this requirement, the Contractor shall provide a 850 MHz Cryoprobe capable of meeting the salient characteristics below and installation of the proposed system on-site at FDA's facility in Silver Spring, MD.

1. The contractor shall supply a quadruple resonance cryogenically cooled probe that accepts 5 mm sample tubes compatible with the existing 850 MHz FDA equipment.

2. The S/N for proton sensitivity shall be >6500:1 with the 0.1% ethylbenzene standard.

3. The S/N for sucrose sensitivity shall be >1100:1 with the 2 mM sucrose standard.

4. The S/N for carbon sensitivity shall be >1500:1 with the ASTM standard.

5. Pulse widths for proton, deuterium, carbon, phosphorous and nitrogen shall be less than or equal to 8, 150, 12, 40 and 35 microseconds respectively.

6. Lineshape and resolution on the 0.3% chloroform sample shall be less than or equal to 0.8/8/16 Hz at 50%/0.55%/0.11% full width at half heights.

7. The offeror's installation engineer shall be thoroughly familiar with the computer programs used to operate the NMR spectrometer, TOPSPIN 3 and with Topshim software so that the probe can be installed with the current instrument. Additionally, the installation engineer shall provide evidence that all of the specifications are met installing the probe in the magnet during the onsite installation.

8. Shipping, delivery, setup, and installation of hardware and software, interfacing, and training for FDA scientists.

9. All labor, parts, and travel expenses for a one year warranty period of system and components shall be included.

3.3 Optional Service/Maintenance Agreement

The FDA shall have a unilateral right to exercise optional periods to continue the maintenance work described below:

The offerors pricing for optional service agreement shall include coverage of labor, parts and travel expenses.

Parts- The service plan will use all Original Equipment Manufacturer (OEM) certified parts.

Services On-site- The contractor will initiate corrective maintenance/repairs within 48 hours from the service call. The repairs will be completed within 72 hours from the on-site arrival of the technician/service engineer. There will be no limit to the number of on-site repair service visits. The service must be delivered by an authorized OEM service provider.

Services Off-site- Technical support and troubleshooting assistance will be provided by the contractor via phone, email, or live-chat interface within 1 hour of initial contact.

Part 4 -Performance and Deliverables

4.1 Place of Performance and Work Hours

All applicable equipment is located at the location listed below. Normal workdays are Monday through Friday except US Federal Holidays. Work hours are typically from 8 am to 5 pm (ET). Service visits shall be coordinated with, see below.

Location and Point of Contact:
Food and Drug Administration
White Oak Campus
WO22 Rm 2147
10903 New Hampshire Avenue
Silver Spring, MD 20993

ATTN: TBD
[email protected]

The component will be delivered to the WO Bldg 22, and transported to room 2147 for installation and integration.

4.2 Period of Performance

The equipment shall be delivered by June 1, 2016. The warranty shall start when equipment is installed and accepted by FDA and be in effect for one year.

Optional Periods

Deliverable Period of Performance
Option Period 1 -Service Agreement To begin 1st year following receipt of equipment
Option Period 2 -Service Agreement To begin 2nd year following receipt of equipment
Option Period 3 -Service Agreement To begin 3rd year following receipt of equipment
Option Period 4 -Service Agreement To begin 4th year following receipt of equipment

Bid Protests Not Available

Similar Past Bids

Location Unknown 16 Mar 2016 at 3 PM
Peoria Illinois 21 Aug 2020 at 10 AM
Location Unknown 30 Jul 2013 at 6 PM
Gaithersburg Maryland 03 Jul 2024 at 10 PM

Similar Opportunities

San antonio Texas 15 Jul 2025 at 6 PM
San antonio Texas 15 Jul 2025 at 6 PM
San antonio Texas 15 Jul 2025 at 6 PM
Columbus Ohio 21 Jul 2025 at 3 PM