SOURCES SOUGHT
66 -- Neural Amplifier system
- Notice Date
- 3/28/2013
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014
- ZIP Code
- 21702-5014
- Solicitation Number
- 0010276300
- Archive Date
- 4/19/2013
- Point of Contact
- Caitlin Hippensteel, Phone: 3016191020
- E-Mail Address
-
Caitlin.hippensteel@amedd.army.mil
(Caitlin.hippensteel@amedd.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This Request for Information (RFI)/Sources Sought (SS) Notice is for market research, information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of U.S. Army Medical Research Institute of Environmental Medicine (USARIEM) or the US Army Medical Research Acquisition Activity (USAMRAA). This request for information/sources sought is seeking Small Business sources that can provide a Neural Amplifier system. The Miniumum Essential Charactersistcs for the Neural Amplifier System are as follows: neural amplifier system (including amplifier system and isolated nerve stimulator system) for use in experiments in human subjects to measure activity in sympathetic nerves. The neural amplifier system should be modular and modifiable to the needs of the specific research laboratory. It should include the following modules: The Amplifier Module with two sections: an electrically isolated pre-amplifier, housed in a small remote box, and a variable-gain amplifier. The electrically isolated preamplifier is a precision, low bias current, low noise wide-band device. The amplifier isolation should be 8000 volts isolation test voltage, with an input impedance of 1 Megaohm. The total gain through this circuit should be 1000. The gain of the variable-gain amplifier should be controlled by a "gain" selector over the range of 0 to 99.9. Total gain should be 0 to 99,000-fold (since the total gain through the isolated portion of the circuit should be 1000). The Filter Module should be a band-pass filter with adjustable low and high cutoff frequencies. The low cutoff may be set at 0.1, 0.3, 0.5, 0.7, 1, 1.5, 2 or 3 KHz, and the high cutoff may be set to 0.7, 0.85, 1, 1.5, 2, 3, 5 or 10 KHz. The Signal Processor & Integrator Module should include a "discriminator". This allows only that portion of the input signal that exceeds the level set by the front-panel "Discriminator Threshold" control to get through. The discriminator should have 0 to +/-10 Volt precision "dead space". This section should also include a "squaring" circuit, which produces the mathematical square of the input signal. The integrator section of this module should directly integrate the full-wave rectified signal, without regard to the Signal Processor. The Audio Module should be an audio power amplifier which supplies up to 7 watts of audio to an external speaker through the front panel. The audio signal source must have a selection capability between the Bandpass Filter Module or Signal Processor outputs with the "source" switch. A volume control is required to adjust the amplitude of the audio output. Power requirements are 220-240 Volts AC. Size: The unit should have the following measurements (in cm): 45 (L) x 37 (W) x 18 (H). The remote box for the pre-amplifier should measure 6 x 3.5 x 3.5 cm. This announcement is not a formal solicitation and is not a request for proposal. No contract will be awarded from his announcement. No reimbursement will be made of any costs to provide information in response to this announcement or any follow up information requests. Availability of any formal solicitation will be announced under a separate announcement. This synopsis is for marker research, information and planning purposes only and is not to be construed as commitment by the Government. Each response must reference the sources sought title. All proprietary information should be marked as such. Responses will be held confidential if requested. Please submit technical product fact sheets with references for similar or like contracts performed. The references are to include contract number will post of contact. This information is to be submitted to the attention of USAMRAA, Attn: Caitlin Hippensteel, 820 Chandler St. Ft.Deterick, MD 21702. Information may be emailed to: Caitlin.hippensteel@amedd.army.mil. Responses must be received no later than 4 April 2013 at 3:00 PM
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/0010276300/listing.html)
- Record
- SN03023164-W 20130330/130328234925-a56a6fef61c89be156dba956360b9bef (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 |