Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2023 SAM #7873
SOURCES SOUGHT

66 -- Sources Sought Notice - OPM Optimized Magnetically Shielded Room (MSR)

Notice Date
6/16/2023 10:54:37 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
75N95023R00058
 
Response Due
7/3/2023 2:00:00 PM
 
Archive Date
07/04/2023
 
Point of Contact
Diedra Prophet, Robin Knightly
 
E-Mail Address
diedra.prophet@nih.gov, Robin.knightly@nih.gov
(diedra.prophet@nih.gov, Robin.knightly@nih.gov)
 
Description
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. Optically pumped magnetometers have been in development since the 1970's, although they have only attained sufficient sensitivity for brain imaging in the last 10-15 years. Several laboratories, most prominently one at the University of Nottingham, have led the development of the technique. While most laboratories have focused on whole brain devices, the NIH device is designed to image a portion of the cortex, but at higher resolution. Currently, this development occurs when other NIH intramural scientists are not using the magnetically shielded room housing our CTF-275 system. This effectively reduces our development time to one day a week. With the addition of a second magnetically shielded room, we would be able to have unlimited access to the room for development of the technology. While the existing NIMH MSR is quite large, a requirement to hold the large CTF gantry, the requested MSR is quite compact, less than 6 feet in length and width, In addition, this room is equipped with active shielding coils embedded in the walls of the MSR, allowing for further field compensation Purpose and Objectives. The purpose of this requirement is to purchase the MuRoom Optimised Compact Product Description. 1x MuRoom OPM Optimised Compact, including the following: 1x Installation OPM Optimised Compact 1x MuRoom degaussing coils (integrated) and supporting equipment (electronics cabinet, National Instruments digital acquisition unit (DAC), oscilloscope, software and license, etc.) 1x cCoil: Active shielding for OPM Compact (integrated) and supporting equipment (electronics cabinet, National Instruments digital acquisition unit (DAC), voltage stabilization drivers, cabling, control computer, reference sensor assembly, software and license, etc.) The MuRoom carries a one-year warranty for all parts and labor, and the operating software is licensed for a period of one year. Salient characteristics include the following. The magnetically shielded room (MSR) should: Have a field of < 15nT inside without active shielded (assuming a 50nT background field). Ideally possess a shielding factor of 3500 for DC; 100 for 0.01Hz; 300 for 0.1Hz; 2,000 for 1Hz; 5,000 for 10Hz; and 5,000 for 100 Hz. Size: 1.3 x 1.3 x 2.0 meters Wall thickness: 180 mm Allow for customization of MSR (e.g., configuration of door and/or exterior ports) in order to fit the intended lab space). Construction: Modular Door type: mechanical closure, swing door Have degaussing coils which: Should be integrated into the MSR. Will enable the end user to decrease any remaining magnetic field that will affect OPM measurement. Includes a degaussing software. Have active field compensation coils which: Should be integrated into the MSR With active field compensation, the room should have an internal field of <2nT.� Reduces the residual magnetic field and first order gradients within the MSR. Includes a software license. Anticipated period of performance. 12 months Government Responsibilities. The government�s responsibilities involve providing feedback to the contractor on the operation of the ongoing online studies if a problem arises. Data Rights. The Government shall have unlimited rights to, and ownership of all deliverables provided under this contract, including reports, recommendations, briefings, work plans and other deliverables.� (FAR Clause 52.227-17 Rights in Data- Special Works). Delivery or Deliverables. Including lead time, room should be installed within 10 months of the award. Target installation will be Spring 2024, in Building 10 Rm. B1 D65A. Access to the NMR Center is restricted outside of normal business hours, but MEG Core staff will be onsite to facilitate installation. 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. Please note that NIMH is particularly interested in small business sources. If you are a small business, please state the type of small business (small business; HUBZone; service-disabled, veteran-owned; 8(a); veteran-owned; woman-owned; or small disadvantaged businesses) and your 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. 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. 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 requirements 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) pages. The 10-page limit does not include the cover page, executive summary, or references, if requested. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. All responses to this notice must be submitted electronically to the Contract Specialist. Facsimile responses are NOT accepted. The response must be submitted to Diedra Prophet at e-mail address Diedra.Prophet@nih.gov and cc Robin Knightly at robin.knightly@nih.gov. The response must be received on or before July 03, 2023, 5:00pm 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/5ff8a09725ff45269b0adc6410812663/view)
 
Place of Performance
Address: Rockville, MD 20852, USA
Zip Code: 20852
Country: USA
 
Record
SN06719360-F 20230618/230616230111 (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.