Federal Bid

Last Updated on 10 Sep 2016 at 8 AM
Solicitation
Center Kentucky

Digital NMR Console and Ancillary NMR Components

Solicitation ID HHS-NIH-NIDA-SSSA-NOI-16-349
Posted Date 17 Aug 2016 at 1 PM
Archive Date 10 Sep 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute On Drug Abuse, Station Support/Simplified Acquisitions
Agency Department Of Health And Human Services
Location Center Kentucky United states
INTRODUCTION
This is a pre-solicitation non-competitive (notice of intent) synopsis to award a contract without providing for full or open competition (including brand-name). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED.
The National Institute on Drug Abuse (NIDA), Consolidated Station Support and Simplified Acquisitions (CSS/SA) Branch intends to negotiate and award a purchase order to Bruker Biospin for a Digital NMR Console without providing for full and open competition (including brand-name).

NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code 811219 with a Size Standard of 20.5 million.

REGULATORY AUTHORITY & STATUATORY AUTHORITY
The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-89 dated July 14, 2016.
This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5- Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and IS expected to exceed the simplified acquisition threshold.

DESCRIPTION OF REQUIREMENT
The National Institute of Mental Health's Molecular Imaging Branch (NIMH/MIB) requires a Digital NMR Console and ancillary components for upgrading laboratory's 400 MHz Nuclear Magnetic Resonance (NMR) spectrometer.
Purpose and Objectives:
The Digital NMR console must have the following:
- High performance digital NMR console, variable temperature control unit and computer workstation for Bruker's 400 MHz NMR spectrometer
- The console, the temperature control unit, and the workstation (plus operating software) should be compatible with the existing Bruker's 400 MHz magnet and the probe.
- Ability to perform 1H, 13C, 19F, 15N, 77Se and 2D NMR experiments.
- One console and one each of temperature control unit and workstation is requestedDelivery time
Period of Performance
90 days from receipt of order.

CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION
The determination by the Government to award a contract without providing for full and open competition is based upon the market research conducted. Specifically, Bruker is the sole manufacturer of digital console, temperature control unit and workstation for MIB's NMR spectrometer. The NMR components and its manufacturer must meet the following requirements:
1. Compatible with the existing magnet and the probe;
2. No changes to the existing infrastructure are needed;
3. Have the technical expertise to install and system test;
4. Provide parts and repair the NMR system when needed.
It is imperative that Bruker provides (i) a digital console, (ii) a temperature control unit and (iii) a workstation, and the installation service in order to meet the performance requirements needed by the Government. Use of NMR components other than specified by Bruker may limit the functionality of the instrument and potentially impact the quality and continuity of current research.

Bruker BioSpin Corporation
15 Fortune Drive
Billerica, MA 01821-3991

CLOSING STATEMENT
THIS SYNOPSIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, 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. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov."
A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.
All responses must be received by the closing date and time of this announcement and must reference the solicitation number. Responses may be submitted electronically to Farrin Stanton, Contract Specialist, at [email protected]. US Mail and Fax responses will not be accepted.
Bid Protests Not Available

Similar Past Bids

Dahlgren Virginia 14 May 2015 at 3 PM
College station Arkansas 17 Jul 2018 at 5 PM
Bayview Idaho 01 Jul 2008 at 1 PM
Springfield Illinois 06 Aug 2011 at 4 AM
Pike New hampshire 02 Aug 2012 at 2 PM

Similar Opportunities

Colorado 23 Jul 2025 at 4 AM (estimated)
Colorado 23 Jul 2025 at 4 AM (estimated)
Columbus Ohio 21 Jul 2025 at 3 PM