Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 19, 2024 SAM #8270
SOURCES SOUGHT

66 -- Small Business Sources Sought: Spare cryocooler set for the NIH human 11.7 T MRI magnet

Notice Date
7/17/2024 5:23:33 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
75N95024Q00449
 
Response Due
7/22/2024 6:00:00 AM
 
Archive Date
08/06/2024
 
Point of Contact
FEELY, EVAN C, Phone: 13018275301
 
E-Mail Address
evan.feely@nih.gov
(evan.feely@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. Background:� The AMRI section of the National Institute of Neurological Disorders and Stroke (NINDS) Laboratory of Functional Molecular Imaging (LFMI) develops cutting-edge hard- and software to improve Magnetic Resonance Imaging (MRI) technology and applies this to advance neuro- and functional imaging of the human brain. One of the avenues of research the lab is pursuing is MR imaging at increased magnetic field strength, which boosts sensitivity and enhances certain tissue contrasts. Typical MRI systems operate using 1-7 Tesla magnets. The NIH purchased an 11.7 Tesla magnet to investigate benefits of this increased field strength for brain imaging in humans.� Purpose and Objectives: The LFMI is home to an ultra-high magnetic field, 11.7 T, human MRI scanner, one of the highest-field magnets with such a large bore in the world. The magnet is expected to be on field by late spring or summer 2024. Once energized, it needs to be kept at a stable low temperature of 2.2 K (-456 �F). The magnet is filled with liquid Helium, pumped to ~50 mbar, to achieve this. To minimize the loss of liquid helium, the magnet is equipped with thermal shields that reduce the heat load to the system. The shields themselves are cooled by cryocoolers. These are mechanical devices that need to be replaced after about a year of service. To ensure that we have the replacement parts available when we need them, the Laboratory wants to purchase a set of cryocoolers (the system has three in total), along with auxiliary parts (a compressor to run them and a set of helium lines to connect them to it). The cryocoolers need to fit exactly to the one-off, custom-built magnet, and so a specific brand and type is required, no substitutes will be acceptable. Project requirements: Generic Name of Product:� Spare cryocooler set for the NIH human 11.7 T MRI magnet. Purchase Description: This purchase is for a complete set (2x Sumitomo CH-210 and 1x Sumitomo RDK-408D2) of cold heads, 1 Sumitomo F-70H compressor, and miscellaneous interconnecting parts. Quantity: - (1x) RDK-408D2 cold head (part# 265400A408D2) - (2x) CH-210 cold head (part# 266266A) - (1x) F-70H compressor (267046D23N) - (1x) F-series install kit (267990A) - (2x) Flexible He gas line � 3/4"" diameter, 65' length (part# 269743B65) Delivery Date: 4 months after receipt of order (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 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 and Contracting Officer.� Facsimile responses are NOT accepted. The response must be submitted to Evan Feely, Contracting Officer, at the following e-mail address: evan.feely@nih.gov. The response must be received on or before July 22, 2024, 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/4a795278171c4f958fcfa21eca6b0443/view)
 
Record
SN07133028-F 20240719/240717230129 (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.