NIA21-011401

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
MR Microimaging Probehead
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Edith
Allums
edith.allums@nih.gov

Secondary Contracting Officer

Jacqueline
Newman
jacqueline.newman@nih.gov
NAICS Code Number
334516
Analytical Laboratory Instrument Manufacturing
Small Business Size Standard
1000
FPDS Classification Code
6515
Estimated Period of Performance
6 - 7 Months
Delivery of Goods
30 DAYS ARO
Set-Aside Status
Not Set Aside
Competition Status
Brand Name Only
Vendor Name
Bruker Biospin Corporation
Address
15 Fortune Drive
Billerica, MA 01821
Single-Sole Source Determination
Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13—Simplified Acquisition Procedures and at a dollar value less than the simplified acquisition threshold are exempt from the requirements of FAR Part 6—Competition Requirements.

The purpose of this acquisition is to replace an existing MR microimaging probehead with one that is fully-compatible with the National Institute on Aging's (NIA) Laboratory of Clinical Investigations' (LCI) existing Bruker Biospin Avance III/400 NMR spectrometer, fully-supported for maintenance and repair and technically up-to-date. Only the Bruker product offers mechanical, electrical, and software compatibility with the gradient and shim coils, variable temperature controller, preamplifiers and cabling of the existing spectrometer. Further, this probehead supports quadrature RF coils, which offer substantial improvements in excitation efficiency and sensitivity compared to the older, linear technology. Such coils are unique to Bruker in the context of NMR microimaging.

Bruker Biospin has provided a sole source letter stating that they are the sole provider of the MR microimaging probehead that is compatible with the Avance III/400 NMR spectrometer.
Background/Description of Requirement

This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 – Simplified Acquisition Procedures, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2021-06 dated July 12, 2021.

The NIA LCI MRI Section performs microimaging studies on tissue samples and perfused organs using a Bruker Avance III/400 NMR spectrometer equipped with a microimaging accessory.  The microimaging accessory includes gradient amplifiers, a gradient coil and a radio-frequency (RF) probehead in which the sample is mounted. These items were installed in 2006, 2000 and 2009, respectively. Since then, the original equipment manufacturer (OEM) of the RF probehead, m2m Imaging, has gone out of business and so parts and service for this equipment have become increasingly hard to find. NIA proposes to purchase a new RF probehead from an OEM that is fully capable of providing service and repairs. Moreover, probehead technology has advanced considerably since 2009 and modern probeheads have circularly-polarized RF coils. These coils offer a factor of 1.4 (the square root of 2) better efficiency for exciting protons (1H nuclei) and receiving the resulting NMR signal, resulting in improved image quality and the ability to scan samples such as bone and mineralized cartilage with short T2 relaxation time constants. Thus, the proposed purchase will provide a modern microimaging probehead with enhanced performance and full service support while maintaining compatibility with existing hardware and software.

Generic Name of Product:  MR microimaging probehead with twelve (12-month) warranty included.

Salient characteristics:

  1. Fits inside existing Bruker 40 mm ID Micro2.5 gradient set
  2. Compatible with mounting ring on existing Bruker 40 mm ID Micro2.5 gradient set
  3. Probe body is sufficiently long that RF coil center can be aligned vertically with center of gradient set .
  4. Probe body (including VT accessory with heater attached) is sufficiently short to fit underneath Magnex 400/104 NMR magnet with Bruker widebore room-temperature shim and Micro2.5 gradient coils mounted in magnet.
  5. VT accessory must be mechanically and electrically compatible with standard Bruker VT air supply fittings and existing BVT3000 temperature controller, respectively.
  6. Probehead must support tunable single-resonance and double-resonance linear and quadrature coils with separate, externally-accessible tuning and matching controls for each channel.
  7. Probehead must have type-N coaxial connectors for each RF channel to connect to existing Bruker preamplifier modules.
  8. Variable temperature accessory must support a temperature range of at least -10° C to 50° C.
  9. Probehead must include connectors for existing SA Instruments respiration, ECG and rectal temperature sensors.
  10. Probehead must be supplied with a mechanically and electrically-compatible 1H RF coil with an inner diameter of 5 mm possessing externally-accessible tuning and matching controls.
  11. 5 mm RF coil must able to tune and match with a standard saline test sample to the nominal 1H NMR frequency of 400.1 MHz

Quantity: One (1)

 

Contract Type:

A Firm Fixed Price type order award not exceeding the Simplified Acquisition Threshold is anticipated to be awarded resulting from this requirement.

Summary Statement:

The Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response.

All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.”

Quoter Terms and Conditions (To be completed by the Offeror):

1. Period of Performance OR Delivery Date After Receipt of Order:

2. Shipping Point (F.O.B. OR Destination):

3. Payment Discount Terms:

4. NIH BPA Number, if applicable:

5. DUNS No:

6. Name of Company:

7. Street Address, City, State, Zip code:

8. Name of Person Authorized to Provide Quote:

9. Telephone Number and Email Address of Person Authorized to Provide Quote:

Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. 

 

The following provisions and clauses apply to this acquisition and are incorporated as an attachment.  Offerors MUST complete the provision at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their quotation.

1. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)

2. FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)

3. FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)

Interested parties may identify in writing their interest and capability in response to this requirement. 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.

All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.

All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.