Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 23, 2023 SAM #7878
SOURCES SOUGHT

66 -- Upgrade to the 7 Tesla Bruker Magnetic Resonance Imaging spectrometer and console (for Bruker Biospec 7/30 scanner)

Notice Date
6/21/2023 5:17:00 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIH-NIMH-23005067
 
Response Due
7/5/2023 6:00:00 AM
 
Archive Date
07/06/2023
 
Point of Contact
Tiffany Stone, Phone: 3014807158, Christine Frate, Phone: 301.443.3846
 
E-Mail Address
tiffany.stone@nih.gov, christine.frate@nih.gov
(tiffany.stone@nih.gov, christine.frate@nih.gov)
 
Description
This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition; and (4) availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality. For equipment/supply requirements, responses must include the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture). For equipment/supply requirements, small businesses must also address the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule). Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition.� It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract.� Responses will not be considered as proposals or quotes.� No award will be made as a result of this notice.� The Government will NOT be responsible for any costs incurred by the respondents to this notice.� This notice is strictly for research and information purposes only. The Neurophysiology Imaging Facility (NIF) core at NIMH requires an upgrade to the 7T Bruker MRI scanner console housed in Building 49.� The current console (electronics, software) is more than 15 years old and will no longer be supported by Bruker starting in 2024.� This upgrade is therefore essential for the continuation of function of the 7T scanner.� Magnetic resonance (MR) imaging is one of the most impressive tools of modern medicine, allowing for the visualization of normal and pathological tissues in the body.� In no field has imaging impacted biomedical research more than in the study of the brain, in which MR allows one to visualize not only neural structures but also neural function.� The Neurophysiology Imaging Facility (NIF) is a centralized core facility that brings together a broad range of techniques to provide the most integrated and efficient study of brain physiology in nonhuman primates.� The NIF core facility is an intramural resource shared by three institutes at the National Institutes of Health (NIH) � National Institute of Mental Health (NIMH), National Institute of Neurological Disorders and Store (NINDS), and National Eye Institute (NEI).� The NIF core staff, in collaboration with other researchers at NIH, develops methodologies to obtain high resolution anatomical animal MRI data. Several such collaborations have yielded excellent data, resulting in the publication of several peer-reviewed papers.� NIF facility is among a handful of sites in the world with this type of leading-edge setup dedicated to animal model mental health research. The 7 Tesla (7T) scanner is the main scanner used to perform MRI imaging of marmosets and is a critical element within the Neurophysiology Imaging Facility.� The need to upgrade this scanner has been recognized for some time.� The upgrade will incorporate a new generation of electronics and imaging capabilities. These improvements will greatly enhance the imaging capacities affecting a large and growing group of marmoset researchers across the NIH. The essence of this purchase is to responsibly upgrade and extend the performance of the 7T Bruker scanner. ��The scanner is highly utilized and is equipped with cutting edge components, such as custom-designed gradient and radiofrequency coils.� Two 16-channel receive arrays, and many more multichannel arrays, are currently in use to support the scientific projects of multiple investigators in different institutes. The upgrade of this type of system is typically performed by the manufacturer, given that any installed hardware has a limited lifespan.� In the case of small animal MR imaging, Bruker is the leading manufacturer in the world.� The upgrade must allow for a quick turnaround and a smooth transition with full and expanded functionality so that existing projects on the 7T scanner may continue to move forward. �The scanning sequences must be immediately compatible with the newly upgraded console. Background:� Briefly summarize any important background information about the potential requirement or proposed acquisition and its scientific/technical context in the overall mission and applicable program. Purpose and Objectives: Briefly describe the purpose, objectives, and goals of the potential requirement or proposed acquisition. Project requirements: Summarize the potential requirement or proposed acquisition, including its scope, focus, technical/performance requirements or specifications, and any deliverables, reports, and/or data that may be required under any resultant contract. Highlight any areas of particular importance. Anticipated period of performance: If known and applicable, cite the anticipated period of performance, including any option periods, and project phasing. Other important considerations: Cite any other information that is necessary for potential respondents to understand the nature of the potential requirement or proposed acquisition. In case domestic sources are available and capable of fulfilling the Government�s need, and a future solicitation is published, the Government will use evaluation preferences in accordance with FAR 25. Capability statement /information sought. Companies that believe they possess the capabilities to provide the required products or services should submit documentation of their ability to meet each of the project requirements to the Contracting Officer. The capability statement must specifically address each of the project requirements separately.� Additionally, the capability statement should include 1) the total number of employees, 2) the professional qualifications of personnel as it relates to the requirements outlined, 3) any contractor GSA Schedule contracts and/or other government-wide acquisition contracts (GWACs) by which all of the requirements may be met, if applicable, and 4) any other information considered relevant to this program. Capability statements must also include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. Interested companies are required to identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. One (1) copy of the response is required and must be in Microsoft Word or Adobe PDF format using 11-point or 12-point font, 8-1/2� x 11� paper size, with 1� top, bottom, left and right margins, and with single or double spacing. The information submitted must be in and outline format that addresses each of the elements of the project requirement and in the capability statement /information sought paragraphs stated herein.� A cover page and an executive summary may be included but is not required. The response is limited to ten (10) page limit.� The 10-page limit does not include the cover page, executive summary, or references, if requested. All responses to this notice must be submitted electronically to the Contract Specialist.� Facsimile responses are NOT accepted. The response must be submitted to Tiffany Stone, Contract Specialist at e-mail address tiffany.stone@nih.gov. The response must be received on or before July 5, 2023 at 9 am, Eastern Time ""Disclaimer and Important Notes:� This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published in www.sam.gov. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/943b704fda6f46498d5ed874315a5aab/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06723518-F 20230623/230621230123 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.