SOURCES SOUGHT
66 -- Superconducting Magnet system of up to 11.7T with a 68 cm inner diameter for a high field MRI system
- Notice Date
- 7/29/2008
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- 654294
- Point of Contact
- Susan A Nsangou, Phone: 301-443-2104
- E-Mail Address
-
nsangous@mail.nih.gov
- Small Business Set-Aside
- N/A
- Description
- The National Institute on Drug Abuse (NIDA) seeks capability statements from qualified small businesses (e.g., 8(a), veteran-owned small businesses, services-disabled veteran owned small businesses, HUB Zone small businesses, small disadvantaged businesses, or women-owned small businesses) having the capabilities to provide a Superconducting Magnet system of up to 11.7T with a 68 cm inner diameter for a high field MRI system. In addition an option for a magnet system with of 16 T with a 26 cm inner diameter is requested as well. Particular components such as shims, gradients, and a radio frequency console are not part of this solicitation, but may be acquired under a future solicitation if they are identified as a need at a later time. The Superconducting Magnet system for the 11.7 T high field MRI system magnet shall meet the following minimum requirements: 1) Shall provide main field strength of a minimum of 11.0 Tesla with a horizontal field direction; 2) The magnet shall be compatible with the existing magnetic shield of the 7.0 T bay on NIH's Bethesda campus (detailed drawings are enclosed) 3) The inner diameter of the magnet bore tube shall be at least 68 cm: 4) Field homogeneity (fully shimmed with superconducting and passive shims) shall be less than 5 ppm peak-to-peak over a 30 cm DSV or less than 10 ppm peak-to-peak over a 35 cm DSV; spectral line width shall be less than 0.1 ppm FWHM over a 22 cm DSV. Capabilities for passive shimming shall be included to further improve the homogeneity specifications; 5) Drift of the main field shall be less than 0.0 15 ppm/hour; 6) The system shall consume not more than 0.2 liters of liquid helium per hour with a helium refill time greater than 100 days; 7) The Contractor shall supply the necessary cryo-refrigerator and compressor unit with a mechanism to ensure that the magnet stays energized if/when the refrigerator/compressor unit needs repair; 8) The contractor shall provide and install all equipment (including all connections to quench ducts, vacuum pumps, etc... ) and ensure the initial performance of all equipment on site according to the required specifications; 9) The contractor shall provide a means to shut the main field quickly and safely in case of an emergency; and 10) The Contractor shall warranty the magnet and refrigerator/compressor for a minimum of one year after meeting specifications. 11) The Contractor shall provide for all of the costs of installation of the magnet including cryogens and rigging costs at the NIH. Interested organizations must demonstrate and document, in any capability statements submitted, extensive experience with and the ability to provide the above equipment within specification. Documentation may include, but not be limited to, contracts both Government and commercial the organization performed, references, i.e., names, titles, telephone numbers and any other information serving to document the organizations capability, e.g., awards, and commendations.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0a1d781b60d8c1c27c8d61dfe258f520&tab=core&_cview=1)
- Record
- SN01625159-W 20080731/080729223000-0a1d781b60d8c1c27c8d61dfe258f520 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |