Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOURCES SOUGHT

66 -- 86 mm Volume Coil for MRI of Mice and Rats

Notice Date
2/16/2023 12:03:43 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIA ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Solicitation Number
HHS-NIH-NIDA-SS-75N95023Q00124
 
Response Due
3/2/2023 1:00:00 PM
 
Point of Contact
ERIC MCKAY, Phone: 3014802406
 
E-Mail Address
eric.mckay@nih.gov
(eric.mckay@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:� On both clinical and preclinical MRI scanners, most imaging is performed using a combination of a body coil, which surrounds the subject and transmits radio waves to excite nuclear spins, and a small surface coil or array, which receives the resulting radio-frequency signal from the area of interest, e.g. the brain. On the National Institute on Aging�s (NIA) �Bruker Biospec 94/20 MRI scanner, the body coil is a 86 mm ID quadrature volume coil designed for both transmit-only and transmit-receive imaging and capable of accommodating rats up to about 1 kg in weight. This coil is absolutely essential for all brain imaging and most other applications. By purchasing a spare coil, NIA hopes to maintain this scanner in working order to collect data at critical time points on irreplaceable animals as part of the STARRR project�s longitudinal neuroimaging component. Purpose and Objectives: NIA requires a 86 mm volume coil capable of MRI scanning of large rats. This coil will serve as a spare for an identical unit that is critical to the performance of all rat and mouse experiments on the Biospec 94/20 MRI scanner. Project requirements: The following coil is required: Bruker product code MT0381 - 112mm OD/ 86 mm ID actively-decoupled transmit-receive volume coil for Bruker Biospec 94/20 MRI scanner. A product equal to this may be considered if it is compatible with the Bruker Biospec 94/20 MRI Scanner identified above. Anticipated period of performance: The anticipated delivery date is 180 days after receipt of order. Other important considerations: Purchase must include warranty for at least one year. 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 product 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 and Contracting Officer.� Facsimile responses are NOT accepted. The response must be submitted to Eric McKay, at e-mail address eric.mckay@nih.gov. The response must be received on or before March 2, 2023, 4:00 P.M. 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/e70d147d9e9a4dfba4299cb6cfd504ee/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN06594651-F 20230218/230216230120 (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.