New Jersey Bids > Bid Detail

Benchtop Nuclear Magnetic Resonance (NMR) Spectrometer for the Department of Homeland Security (DHS) Transportation Security Laboratory (TSL)

Agency:
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159829423141360
Posted Date: Sep 18, 2023
Due Date: Sep 25, 2023
Source: https://sam.gov/opp/0ca4a27a7b...
Follow
Benchtop Nuclear Magnetic Resonance (NMR) Spectrometer for the Department of Homeland Security (DHS) Transportation Security Laboratory (TSL)
Active
Contract Opportunity
Notice ID
70RSAT23Q00000033
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
OFFICE OF PROCUREMENT OPERATIONS
Office
SCI TECH ACQ DIV
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Sep 18, 2023 06:40 pm EDT
  • Original Date Offers Due: Sep 25, 2023 11:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6630 - CHEMICAL ANALYSIS INSTRUMENTS
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Atlantic City , NJ 08405
    USA
Description

This is a combined synopsis/solicitation issued by the United States Department of Homeland Security (DHS) Office of Procurement Operations (OPO) on behalf of the DHS Directorate of Science and Technology (S&T) Office of National Laboratories (ONL) Transportation Security Laboratory (TSL) 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 solicitation number 70RSAT23Q00000033 (see attached) is being issued as a Request for Quote (RFQ) and incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2023-04, effective June 2, 2023. This announcement constitutes the only solicitation. Quotes are being requested and may result in a corresponding Firm Fixed Price (FFP) Purchase Order.



The applicable North American Industry Classification System (NAICS) code 334516 for Analytical Laboratory Instrument Manufacturing. Vendors must be registered with the System for Award Management (SAM) before an award, if any, can be made. To register with SAM, go to https://www.sam.gov.



The requirement is described in Contract Line Item Number (CLIN) 0001 below.



One (1) Benchtop Nuclear Magnetic Resonance (NMR) Spectrometer capable of performing both proton (1H) and carbon (13C) NMR for quality control of synthesized energetic and test materials. This NMR system must have the following salient characteristics:




  1. Operating frequency > 80 MHz;

  2. Dual nuclei instrument (capable of performing both proton and carbon NMR);

  3. All-In-One laptop/PC with a 21” screen (or larger) and pre-loaded analysis software with drivers and licenses;

  4. All required electric power cords;

  5. Equipped with autosampler;

  6. Computer-based control;

  7. Line width (50%)
  8. Sensitivity (SNR) > 200:1 for 1% Ethylbenzene;

  9. NMR tube sample prep;

  10. Shim sample;

  11. 100 NMR tubes;

  12. Sample holder;

  13. External lock;

  14. Does not require cryogenics;

  15. Free on Board (F.O.B.) shipping from manufacturer;

  16. On-site assisted installation and training; and

  17. One (1) year warranty/preventative maintenance agreement (parts and labor) with unlimited corrective maintenance (response time of three (3) business days or less) including telephone support.



Additional Requirements:




  • Field service engineers coming to the TSL for any set-up or service will be required to bring their own personal protective equipment (PPE) such as but not limited to safety glasses, laboratory coat, gloves, etc.

  • On-site service technician(s) shall meet all eligibility requirements in order to perform services at a United States federal government facility, including:




  • In response to any national or local emergency (e.g., pandemic, natural disaster, etc.), additional site restrictions or requirements may be required to allow for entry to the TSL to ensure the safety of laboratory staff and the Contractor.

  • All set-up and PM and CM service visits shall be conducted by U.S. citizens only. Dual citizens and/or foreign nationals are not permitted to visit or service instrumentation at the TSL.




  • Set-up, training, preventive and corrective maintenance shall be limited to normal TSL business hours (8:00 am – 4:00 pm), Monday through Friday, except government holidays or other times when the TSL may be closed.

  • Set-up, training, PM and CM service visits will be scheduled at a time mutually agreed upon by the contractor, the TSL Security Office, and the TSL Point of Contact (POC) listed in Section 5.7 or a designated POC (s). At least 24 hours’ notice is required prior to arriving at the TSL for a service visit to ensure site requirements are met.

  • Remote diagnostics (i.e., remote connections to TSL PCs) will not be permitted.

  • Shipping: Shipment(s) shall be addressed to the TSL POC and an email shall also be sent to the TSL POC with the corresponding tracking information for any equipment being delivered to the TSL.



Delivery of all of the items listed in CLIN 0001 above is expected on or before 11/30/2023.



Quotes are due via e-mail no later than 11:00 a.m. Eastern Time (ET) on 09/25/2023 to Contract Specialist Mr. Jason Rios at Jason.Rios@hq.dhs.gov and Contracting Officer Mr. Robert Marosz at Robert.Marosz@hq.dhs.gov.



Late submissions will not be accepted.



Any questions and/or comments, please submit them to both Mr. Rios and Mr. Marosz via e-mail to the addresses above. The final time and date to submit questions is 11:00 a.m. ET on 09/21/2023.



Thank you and we are looking forward to your participation and responses.


Attachments/Links
Contact Information
Contracting Office Address
  • 245 MURRAY LANE SW, MAILSTOP 0115
  • WASHINGTON , DC 20528
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Sep 18, 2023 06:40 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >