Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2022 SAM #7694
SOURCES SOUGHT

66 -- Emergency Repair of the Magnet of the Bruker Biospin 9.4T MRI Scanner

Notice Date
12/19/2022 9:41:24 AM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95023Q00050
 
Response Due
12/27/2022 10:00:00 AM
 
Point of Contact
Shaun Rostad, Phone: 3015949516, Joshua T. Lazarus, Phone: 301-827-6923
 
E-Mail Address
shaun.rostad@nih.gov, josh.lazarus@nih.gov
(shaun.rostad@nih.gov, josh.lazarus@nih.gov)
 
Description
DESCRIPTION: The National Institute on Drug Abuse � Intramural Research Branch (NIDA-IRP) Neuroimaging Research Branch (NRB) is seeking Capability Statements from Small Business organizations that are authorized Bruker service providers, with authorized Bruker engineers who have access to OEM updates and upgrades and the demonstrated capability of providing maintenance and repair services for the Bruker BioSpin 9.4T MRI Scanner. 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: (1) the availability and capability of qualified business sources; (2) the availability of capable 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. The established NAICS code is 811210, Analytical Laboratory Instrument Manufacturing. The U.S. Small Business Administration establishes a size standard for 811210 as $30,000,000 in revenue or less. BACKGROUND INFORMATION AND OBJECTIVE: The NRB of the NIDA-IRP conducts studies to investigate neurobiological mechanisms of drug addiction, and to develop therapeutic strategies for treating drug addiction. Imaging study of preclinical models of addiction is an important component of our program. Unfortunately, a metal object was attracted into inner bore of the magnet during an experiment on Dec. 3, 2022, and therefore NIDA-IRP cannot perform any MRI scanning. The magnet needs to be de-energized so that the metal object can be safely retracted, and then re-energized to the specified field strength (9.4 Tesla). The objective of this emergency acquisition is to recover the function of the Bruker MRI scanner so that research projects which require the use of the scanner may be resumed. The purpose of this requirement is to acquire a purchase contract for the emergency repair of the magnet of the Bruker Biospin 9.4T MRI Scanner owned by the NIDA-IRP Neuroimaging Research Branch. This repair is required to bring the scanner back to a fully operational condition, in which the magnet and other components of the scanner operate within their specifications as originally described by the manufacturer. This is in support of systems-level imaging studies of drug addiction at NIDA-IRP. These studies are at a complete halt due to the problem associated with the magnet. PROJECT REQUIREMENTS: NIDA IRP requires an authorized Bruker service provider, with authorized Bruker engineers who have access to OEM updates and upgrades to repair the Bruker Biospin 9.4T MRI Scanner to a fully operational state. Repairs shall include but may not be limited to: Ramp down the current to de-energize the magnet; Clear the metal object inside the magnet; and Ramp up the current to re-energize the magnet. INSTRUCTIONS: 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. The established NAICS code is 811210. Respondents must provide clear and convincing documentation of their capability of providing the products and support services specified in this notice. Also, information must be provided in sufficient details of the respondents� (a) staff expertise, including their availability, experience, formal and other training; (b) capability to perform the work; (c) prior completed projects of similar nature; (d) compliance with requirements: Vendors must identify and demonstrate specifically how they will meet the requirements listed above. Any other specific and relevant information about this particular area of procurement that would improve our consideration and evaluation of the information presented is desirable. Documentation may include, but not be limited to, contracts both Government and commercial the organization performed, references, i.e., names, titles, telephone numbers and any other information serving to document the organizations capability, e.g., awards, commendations, etc. 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 an outline format that addresses each of the elements of the project requirement and in the capability statement paragraphs stated herein.� A cover page and an executive summary may be included but is not required. Any business concerns that believe they possess the capability necessary to successfully undertake the work described above must SUBMIT CAPABILITY STATEMENTS ELECTRONICALLY to the Contract Specialist, Shaun Rostad at Shaun.Rostad@nih.gov, NO LATER THAN 1:00 p.m. EST on December 27, 2022. The Subject line for the submission should include this Sources Sought Number and organization name. NIDA will not accept paper or faxed capability statements. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS.� This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. 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 pre-solicitation synopsis and solicitation may be published on 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/2a958df90c42456c917ea015dc383137/view)
 
Record
SN06547174-F 20221221/221219230107 (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.