SOURCES SOUGHT
66 -- SOURCES SOUGHT: MRI-compatible Two Way Noise Cancellation System
- Notice Date
- 11/7/2023 6:04:51 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
- 75N95024Q00026
- Response Due
- 11/22/2023 6:00:00 AM
- Archive Date
- 01/07/2024
- Point of Contact
- Rashiid Cummins
- E-Mail Address
-
rashiid.cummins@nih.gov
(rashiid.cummins@nih.gov)
- Description
- This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement, to determine the method of acquisition, and availability of domestic sources manufactured in the United States in sufficient and reasonably available commercial quantities and of a satisfactory quality.� 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. Small businesses are encouraged to respond. 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). Background: While MRI scanners afford a unique ability to characterize the anatomy, function and metabolism of tissues in living subjects, MRI scanning generates very loud acoustic noise. This noise is not only hazardous to the participant�s hearing but also interferes with functional MRI (fMRI) experiments and other physiological measurements sensitive to acoustic stimulation and related stress. At 3 Tesla, protection against acoustic noise requires that the participant wear both earplugs and a headset. MRI-compatible noise cancellation technology, based on optoacoustic coupling, has been developed in an effort to further attenuate acoustic noise during scanning. For several years, the National Institute on Aging (NIA) has used an earlier version of the OptoACTIVE MRI-compatible Two Way Noise Cancellation System with great success on its Philips 3T MRI scanner. With the upcoming addition of a Siemens 7T Magnetom Terra MRI scanner, the need for thin active noise cancellation headphones is still greater given the tighter head coils associated with this high-field MRI instrument. Since our purchase for the 3T MRI scanner, OptoAcoustics, Ltd. has made considerable improvements in their unique MRI-compatible noise cancellation technology and the NIA intends to utilize this technology to provide optimum attenuation of acoustic noise for particpants undergoing scanning at 7 Tesla. Purpose and Objectives: The purpose of this requirement is to acquire an OptoACTIVE MRI-compatible Two Way Noise Cancellation System for use in NIA�s new Siemens 7T Magnetom Terra MRI scanner. This system provides both passive protection against the acoustic noise produced by the scanner and active noise cancellation for enhanced comfort and ability for the patient to communicate with the MRI operator during scanning. Project requirements: Please see PURCHASE DESCRIPTION MRI compatible Two Way Noise Cancellation System attached to this posting. Capability statement /information sought. Companies that believe they possess the capabilities to provide the required products 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) 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 2) 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 Rashiid Cummins, Contract Specialist, at e-mail address rashiid.cummins@nih.gov. The response must be received on or before November 22nd, 2023, 9:00 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/ae9b649f52554a34994bb3dcb0cd4547/view)
- Place of Performance
- Address: Baltimore, MD, USA
- Country: USA
- Country: USA
- Record
- SN06878920-F 20231109/231107230136 (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 |