This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a separate written solicitation will not be issued. This solicitation number is 75N94025Q00212 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2025-04. The North American Industry Classification (NAICS) Code is 334516 and the business size standard is 1000e. However, this solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Hu man Development (NICHD) intends to contract on a sole source basis with Phoenix NMR of Loveland, CO to procure a new HXY NMR Probe for 750MHz Spectrometer consisting of the following:
1. Product# PB1AT000NN - 750MHz HXY Probe Base Module X/Y Channels & Tune Tubes MAS TTL Detection Output VT Control Interface Magic Angle Adjust Gas and Electrical Adaptor Kit Probe Gas Exhaust Chimney – Qty (1) EA
2. Product# PH1AT1S6NN - 750MHz 1.6mm HXY NB Probe Head 1.6mm PCTFE Spinning System X/Y Channel Tuning Plug-ins Requires a Compatible Probe Base Module – Qty (1) EA
3. Product# 2080000201 - 1.6mm,8ul, Starter Kit w/ Packing Tools, Reduced 1H – Qty (1) EA
4. Product# 2010003701 - 1.6mm,8ul Packing Tool Kit – Qty (1) EA
5. Product# 2020007201 - 1.6mm,8ul, Rotor Sleeve, AmZirOx – Qty (5) EA
6. Product# 2010006901 - 1.6mm,8ul, Top Cap/Spacer,Torlon/PCTFE,Reduced 1H – Qty (7) EA
7. Product# 2010013901 - 1.6mm,8ul,Drive Tip/Spacer,Torlon/PCTFE Reduced 1H – Qty (7) EA
8. Product# 2010018201 - 1.6mm,8ul,Rotor Assembly, Reduced 1H,Set of 10 – Qty (1) EA
The following product features are required for this acquisition:
• The HXY NMR probe must be capable of stable magic-angle spinning at frequencies in the entire 8 kHz to 40 kHz range, with stability better than 0.1 %. MAS frequencies up to 40 kHz are required for observation of hydrogen NMR signals with useful spectral resolution.
• The HXY NMR probe must be compatible with MAS rotors that are capable of 40 kHz MAS frequencies and accommodate sample volumes of at least 8 microliters. The HXY probe must be supplied with 15 complete rotor assemblies, including rotor sleeves, caps, and drive tips. The HXY probe must also be supplied with tools for packing and unpacking samples in these rotors.
• The HXY NMR probe must include three radio-frequency (RF) channels. The H channel must be tunable to 745 MHz for observation of hydrogen NMR signals. The X channel must be tunable from 187 MHz to 302 MHz for observation of NMR signals from carbon-13, phosphorus-31, sodium-23. aluminum-27, and lithium-27. The Y channel must be tunable from 75 MHz to 198 MHz for observation of NMR signals from nitrogen-15, deuterium, carbon-13, oxygen-17, and aluminum-27, as well as nitrogen-14 overtone signals.
• RF fields with 500-watt input power must be at least 125 kHz for hydrogen on the H channel, 80 kHz for carbon-13 on the X channel, and 60 kHz for nitrogen-15 on the Y channel. These RF field levels are required for proper implementation of RF pulse sequences for interatomic distance measurements at high MAS frequencies.
• It must be possible to apply RF pulses with a 125 kHz field on the H channel for 50 milliseconds, with a 3% duty factor, without electrical arcing. It must be possible to apply RF pulses with an
80 kHz field for carbon-13 on the X channel and 60 kHz for nitrogen-15 on the Y channel for 10 milliseconds, with a 3% duty factor, without electrical arcing. These power handling capabilities are required for proper implementation of RF pulse sequences for structural measurements on protein assemblies. • It must be possible to maintain sample temperatures in the range from -20 C to +50 C by supplying temperature-controlled nitrogen gas to an appropriate input to the probe, during long-term measurements at 40 kHz MAS frequency and with a nitrogen gas temperature above -90 C. This temperature range capability is required for measurements of temperature-dependent molecular motions.
• The HXY NMR probe must have dimensions that are fully compatible with operation in an existing 17.5 T superconducting magnet with an existing room-temperature shim set. The HXY NMR probe must include all necessary components for mounting the probe in the existing magnet system, for connections with existing nitrogen gas lines for MAS and sample temperature control, and for electrical connections to an existing MAS frequency control unit.
• The HXY probe must have a modular design that allows conversion from its 40 kHz MAS configuration to configurations with larger or smaller sample volumes and lower or higher MAS frequency limits without replacement of other probe components. This requirement is necessary to provide flexibility in future research activities.
Objective:
A National Institutes of Health (NIH) laboratory requires a HXY NMR probe for use with an existing 750 MHz NMR spectrometer in the requesting lab at the NIH. The HXY NMR probe is required for ongoing research on molecular structures of disease-related protein assemblies. The HXY NMR probe must meet a variety of technical requirements to fulfil the needs of the labs’ research program. It must be capable of “magic-angle spinning” (MAS) at frequencies up to 40 kHz, which is essential for observation of NMR signals from hydrogen nuclei with useful spectral resolution. The HXY NMR probe must also allow the observation of NMR signals from a broad range of elements and isotopes to maximize the scientific information that will be available from NMR measurements with this probe. This means that the X and Y channels of the HXY probe must be tunable over frequency ranges from 187 MHz to 302 MHz and from 75 MHz to 198 MHz, respectively. Without this broad tuning range capability, measurements would be restricted to carbon-13 and nitrogen-15 NMR signals and could not include measurements of distances between nitrogen and phosphorus atoms in protein/nucleic acid complexes. In addition, the HXY NMR probe must meet strict standards for achievable radio-frequency (RF) field strengths and RF power handling capabilities to allow the implementation of sophisticated RF pulse sequences that maximize the information content of NMR measurements. Finally, the probe must have a modular design that allows replacement of its MAS assembly with assemblies that accommodate larger sample volumes or have higher-frequency MAS capabilities. The modular design will provide flexibility in the planning and execution of future research projects and will minimize future expenditures by eliminating the need to purchase completely new equipment simply to change sample volumes.
PhoenixNMR is the only known vendor of NMR probes that meet all technical requirements, including the requirement for a modular design and the combined requirements of broad tuning range and 40 kHz MAS frequency. PhoenixNMR designs and manufactures its own NMR probes and does not sell these probes through distributors. Therefore, PhoenixNMR is the only vendor capable of supplying the required equipment.
Delivery / Installation
Delivery should be made within 9 months ARO. Equipment should be delivered to NIH main campus 9000 Rockville Pike, Bethesda, MD 20892. The exact bldg./room number and P.O.C. will be included in the purchase order. Installation and testing will be performed by members of the labs’ research group.
The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c) (1), FAR 6.302. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice.
The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (May 2024) (Deviation Feb 2025) with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors – Commercial Items; FAR Clause 52.212-2, Evaluation – Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions – Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Products and Commercial Services (Jan 2025)(Deviation Feb 2025); FAR Clause 52.204-8 Annual Representations and Certifications (Jan 2025)(Deviation Feb 2025) – Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their Unique Entity ID (UEI), the Taxpayer Identification Number (TIN), and the certification of business size. Note: The contractor/offeror must provide a completed copy of FAR 52.204-24, "Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment" with their quote in response to this solicitation. The clauses are available in full text at http://www.acquisition.gov/far/. Interested vendors capable of furnishing the government with all the products and services in this synopsis should submit a copy of their quotation via email to robinsti@mail.nih.gov. Responses to this solicitation must include enough information to establish the interested parties’ bona-fide capabilities of providing all products and/or service (s) needed. Responses must be accompanied by descriptive literature, delivery timeframe, warranties and/or other information that demonstrates that the offer meets all the foregoing requirements. Quotations will be due on September 4, 2025, before 5:00 pm eastern daylight time via email to robinsti@mail.nih.gov. Attn: Tina Robinson. The quotation must reference “Solicitation number 75N94025Q00212. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Any questions must be sent via email to robinsti@mail.nih.gov and must include solicitation# 75N94025Q00212 in the subject line of email.
Note: In order to receive an award, contractor must have an active registration (in the SAM database @ www.sam.gov) for all awards and shall continue to have an active registration until time of award, during performance, and through final payment. Failure to maintain an active SAM registration can jeopardize the award or result in non-payment. Lack of valid registration in SAM will make an offeror ineligible for award.
Note: “System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals— Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Agencies will not consider or use these representations.
Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.”