SOURCES SOUGHT
99 -- One Cryogenic Multi-element Marmoset Receive Array for 7T MRI
- Notice Date
- 7/21/2020 11:49:00 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
- HHS-NIH-NINDS-SBSS-20-07407
- Response Due
- 7/31/2020 9:00:00 AM
- Archive Date
- 08/15/2020
- Point of Contact
- Sneha V. Singh
- E-Mail Address
-
sneha.singh@nih.gov
(sneha.singh@nih.gov)
- Description
- Small Business Sources Sought Notice One Cryogenic Multi-element Marmoset Receive Array for 7T MRI Notice ID: HHS?NIH?NINDS?SBSS?20?07407 Type: Small Business Sources Sought Office: NATIONAL INSTITUTES OF HEALTH, Office of Acquisitions, NIDA Published Date: July 21, 2020 Response Date: July 31, 2020 Reference Number: HHS?NIH?NINDS?SB?SS?20?07407 NAICS Code: 334516�Analytical Laboratory Instrument Manufacturing Title: Cryogenic Multi-element Marmoset Receive Array for 7T MRI 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; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. 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 because 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. This request is to order an in-developing cryogenic array for marmoset imaging. Simulations indicate that sensitivity improves by a factor of 2 times at cortical surface for cryocooling a four channels array covering the whole marmoset cortex. This will benefit the NIH users of the 7T MRI because they will have access to even better image quality extending what we think is our world-leading marmoset imaging. The cryogenic receive array must be compatible with our Bruker�s 7T/30cm magnet, Bruker�s AV3 console, Resonance Research�s 165mm ID gradient coil, and Resonance Research�s 134mm ID transmit coil. The Cryogenic Receive Array should have the following features; the receive array must be cooled to near 55K or below, the cryogenic receive array must have at least 4 elements, each element must be decoupled from each other and from the transmit coil. The array surface curvature must be compatible with the geometry of the marmoset head. The distance between the array (cold) and the housing exterior (warm) must be close to 1mm.� The dimension of the cryogenic receive array must be optimized for doubling the sensitivity at the marmoset cortical surface.� The design of the cryogenic receive must allow for the replacement of currently provided normal cold metal array with superconducting coil array.� The non-magnetic cryogenic receive array housing must be equipped with vacuum sealing ring, optical, DC and RF signals feed-through.� The cryostats and vacuum pump should have the following features; the cryocooler must use automatic closed-cycle pulse-tube with integrated water cooling and cryogenic interconnection links (couplers).� The liquid helium compressor must have flexible lines, wall mount feed-through, and cords compatible with TMC-IF�s magnet room.� The vacuum pump must have a minimum rate of 57 l/s for nitrogen with manual/automatic control module and with an interlock, flex hoses, valves, full-range gauge, reducers, clamps, cables, and a dry scroll pump.� The integrated temperature monitor must have an MRI-compatible low-temperature sensor and a readout module.� Capability statement /information sought. The respondents must submit clear and convincing evidence that they are able to meet the requirements described above. The response shall include: the unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered to determine the method of acquisition. The information must address each of the minimum specifications above.� The response must also indicate the country of manufacturer. 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 Nonmanufacturer Rule). The response must also include their DUNS number, organization name, address, point of contact, and size and type of business (e.g., 8(a), HubZone, etc., pursuant to the applicable NAICS code and any other information that may be helpful in developing or finalizing the acquisition requirements. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone, and e?mail addresses. All responses to this notice must be submitted electronically to Sneha V. Singh At sneha.singh@nih.gov on or before July 31, 12:00 PM. Facsimile responses are NOT accepted. 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 provide the product or perform the services specified herein. 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 Beta 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://beta.sam.gov/opp/2f0a66aa3cfc45aa9a6b77881c8cb933/view)
- Place of Performance
- Address: Bethesda, MD, USA
- Country: USA
- Country: USA
- Record
- SN05728681-F 20200723/200721230157 (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 |