Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2024 SAM #8195
SOURCES SOUGHT

65 -- SOURCES SOUGHT: MRI-compatible Flat Panel Video Display

Notice Date
5/3/2024 2:37:15 PM
 
Notice Type
Sources Sought
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95024Q00273
 
Response Due
5/17/2024 8:00:00 AM
 
Archive Date
06/01/2024
 
Point of Contact
Hashim Dasti, Phone: 3014028225
 
E-Mail Address
hashim.dasti@nih.gov
(hashim.dasti@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, small business responses must include: (1) the place of manufacturing (i.e. address if supply/equipment is a domestic end product and include country of manufacture), as well as (2) the size status of the manufacturer under the applicable NAICS code (i.e. address Non-Manufacturer Rule). Background:� During an fMRI experiment utilizing visual stimulation, the subject lies supine in the MRI magnet with their head in a head coil, looking backwards via a mirror mounted above their eyes. The visual display must be placed behind the subject, either by projecting the image on a screen inside the magnet bore or by placing a flat panel display directly behind the magnet. The size of the display must be selected so that the subject can see the entire screen. Equipment used to display the visual stimulus must be carefully designed, built and tested to function safely in a MRI environment. This is especially vital when it is used with a ultra-high field MRI system such as NIA's new Siemens 7T Terra X scanner. Specifically, the display, including all supporting and mounting hardware, must not be attracted to the magnet. This requires careful replacement of any ferromagnetic components, such as transformers, with non-magnetic alternatives. Further, in order to prevent artifacts in the MRI images, the display must incorporate radio-frequency (RF) shielding that greatly attenuates electromagnetic interference caused by the display. Similarly, the display must function correctly in the presence of high static and pulsed magnetic fields and high-power RF transmission. These considerations apply not only to the flat panel itself but also to any cables connecting it to power sources and the video input signal. For this reason, power cables must be specially shielded, power supplies must include low-pass filters and video signals are carried from the MRI control room by fiber optic cables. Finally, so that the image appears to the subject with correct orientation, the display must project the mirror-image of the fMRI stimulus video output. In summary, an ordinary flat panel display designed for routine office use will not suit NIA�s requirement; a flat panel display with associated non-magnetic mounting hardware, RF-shielded power supply and fiber optic video interface specifically designed, tested and certified for use with 7T MRI systems, is needed. Purpose and Objectives: That National Institute on Aging (NIA) requires an MRI-compatible flat panel display to present video stimuli to human subjects undergoing functional MRI (fMRI) scanning on a Siemens 7T Terra X MRI scanner. This device must be designed, tested and certified to operate safely at 7 Tesla by the manufacturer of the display and/or Siemens. Project requirements: The monitor and associated support hardware must be fully non-magnetic and shielded for safe operation when placed directly behind a 7T clinical MRI scanner magnet. The monitor must have demonstrated successful operation when placed directly behind a 7T clinical MRI magnet, generating no detectable MR image artifacts associated with radio-frequency interference (RFI) and degradation in picture quality due to the magnetic and electromagnetic fields produced by the scanner. The monitor should have a nominal (diagonal) screen size of 32� � A larger display would not be entirely visible to a subject undergoing brain scanning in the 7T MRI due to its relatively long magnet bore (about 4� from the back of the magnet to isocenter). The width of the active screen should be at least 24� � this is required so that the screen image fills the subject�s field of view in the left-right direction. The monitor should be mounted on a non-magnetic trolley to permit quick deployment and removal as needed for fMRI and non-fMRI experiments. This trolley must slide over the patient bed track of the Siemens 7T Terra X MRI scanner (approximately 8� wide and 29� above finished floor). The video signal must pass from the MRI control room to the monitor inside the magnet room entirely by fiber optic cable(s) � this is needed to prevent RFI generated by the scanner from causing noise in the video signal and to prevent the induction of MR image artifacts. Fiber optic and DC power cables must be provided to span a linear distance of 70� between the monitor in the magnet room and the interface unit in the control room. Any electrical filters required for cables passing through the penetration panel must be supplied by the contractor. The interface unit in the control room must accept video input via an HDMI interface � this is needed for connection to both paradigm-presenting computers and standalone video streaming devices. Preferably, the interface unit will also accept video input via DisplayPort and USB 3 interfaces, which are common on more recent computers and other video sources. The system must be able to project the mirror image of the input video signal so that the image will appear correctly when viewed by the subject viewing the screen through a mirror. When not in use, it must be possible to power down the monitor to maximize display lifetime and to prevent radio-frequency interference that might compromise extremely sensitive experiments. The contractor must provide on-site installation and training for the monitor and other contractor-supplied equipment. Anticipated period of performance: 8 weeks ARO. Other important considerations: 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 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 and Contracting Officer.� Facsimile responses are NOT accepted. The response must be submitted to Hashim Dasti, Contract Specialist, at hashim.dasti@nih.gov. The response must be received on or before May 17, 2024 at 11AM 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/3955eea224b14782ad160305015d2a04/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN07053231-F 20240505/240503230042 (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.