Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 20, 2023 SAM #7905
SOURCES SOUGHT

65 -- Brand-Name or Equal NIRScout X+ Core System Unit and Accessories

Notice Date
7/18/2023 6:55:06 AM
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95023Q00522
 
Response Due
7/27/2023 7:00:00 AM
 
Archive Date
08/11/2023
 
Point of Contact
Mark McNally, Phone: 3018275869
 
E-Mail Address
mark.mcnally@nih.gov
(mark.mcnally@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. Responses must include the country of manufacture (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:� The National Institute on Mental Health (NIMH) at the National Institutes of Health (NIH) will be using a functional near-infrared spectroscopy (fNIRS) system to study nociception and pain sensitivity in individuals with altered pain sensitivity including subjects with intellectual disability. NIMH will use the fNIRS system to determine the hemodynamic changes in the cerebral cortex elicited by noxious stimuli. fNIRS records brain activation in response to nociceptive stimuli, without requiring verbal self-report. Throughout this study we will able to understand how individuals with intellectual disability or patients with sickle cell disease experience pain compared to healthy volunteers, which is currently unknown. This research study will benefit the government and society at large by generating knowledge about pain sensitivity and pain behavior in individuals who are unable to voice their pain and its intensity or in individuals with altered pain sensitivity. Purpose and Objectives: To acquire a brand-name or equal NIRScout X+ Core System unit and accessories. Project requirements: Item Number 1 Product�s Brand Name: NIRScout X+ Core System Unit Manufacturer: NIRx Medical Technologies, LLC Catalog Number: NSXP-CORE Quantity: One (1) Item Number 2 Product�s Brand Name: Source drivers for Laser source leads Manufacturer: NIRx Medical Technologies, LLC Catalog Number: ELEC-LAS-08 Quantity: One (1) Item Number 3 Product�s Brand Name: 3x Avalanche Photodiode (APD) detector cards Manufacturer: NIRx Medical Technologies, LLC Catalog Number: ELEC-APD-12 Quantity: One (1) Item Number 4 Product�s Brand Name: 2-wavelength laser module Manufacturer: NIRx Medical Technologies, LLC Catalog Number: LAS-2W-8 Quantity: One (1) Item Number 5 Product�s Brand Name: Bundle of 4x laser source fibers Manufacturer: NIRx Medical Technologies, LLC Catalog Number: SRC-FBO-LAS-LOW Quantity: Two (2) Item Number 6 Product�s Brand Name: Bundle of 4x detector fibers Manufacturer: NIRx Medical Technologies, LLC Catalog Number: DET-FBO-LOW Quantity: Three (3) Item Number 7 Product�s Brand Name: Complete Cap Kit 16x16 Manufacturer: NIRx Medical Technologies, LLC Catalog Number: CP-KIT-1616-MRI-C Quantity: Two (2) Item Number 8 Product�s Brand Name: 128-position NIRScap Manufacturer: NIRx Medical Technologies, LLC Catalog Number: CP-128-128S Quantity: Four (4) Item Number 9 Product�s Brand Name: Bundle set of 8x short-channel detectors Manufacturer: NIRx Medical Technologies, LLC Catalog Number: DET-SHRT-SET Quantity: Four (4) Item Number 10 Product�s Brand Name: Parallel port replicator Manufacturer: NIRx Medical Technologies, LLC Catalog Number: ACC-LPT-REP Quantity: One (1) Item Number 11 Product�s Brand Name: 5-hour online remote installation and training for fNIRS Manufacturer: NIRx Medical Technologies, LLC Catalog Number: INST-TRN-R Quantity: One (1) The salient physical, functional, or performance characteristics that �equal� products must meet are as follows: Item Number 1 Functional near-infrared spectroscopy (fNIRS) platform able to measure hemodynamic neuroactivation via oxy-, deoxy-, and total hemoglobin changes in the cerebral cortex. Concurrent fNIRS + fMRI and fNIRS + TMS may be conducted utilizing low-profile fiber-optic probes. Measures both topographic and tomographic NIRS data from the entire cortex yielding 3-D depth-discriminating neuroactivation Up to 64x Laser-2 (or 32x laser-4) illuminators or 64 LED-2 illuminators Up to 32x detectors Chassis (4x source bays, 8x laser module bays, 8x detector bays, 8-bit trigger input/output, 100Hz sampling rate max) Static calibration phantom dual-arm articulating assembly (up to 6x fiber bundles, 4x active bundles) Recording software which provides real-time multi-event block average views; activation shown in 2D, 3D, and MNI displays; automated hardware diagnostics; SDK for BCI/neurofeedback applications; automatic calibration and signal quality display; unique gain settings for each source-detector pair; 3D optode position registration; programmable source-illumination pattern; hyper-scanning to allow multi-subject experiments; and raw data recorded which can be analyzed in any environment Maximum data channel streams: 2048 (up to 4096 in tandem configuration) Source illumination type: Hybrid Choice: LED + Laser Sources Source wavelengths: LED is 760nm & 850nm; Laser is 685nm, 780nm, 808nm, 830nm Key measurement features: Time multiplexing and 10^9 dynamic gain state switching Detector Dynamic Range & Sensitivity: dynamic Range of 90 dBopt; sensitivity of SiPD: <1.0 pW; and APD of 0.05 pW Maximum Functional Resolution: 5mm - 30mm, depending on optode spacing Headgear is fully-customizable and fits all age ranges Multi-modal compatibility: EEG, tDCS, eye-tracking, motion-tracking with module: fMRI, TMS Hyperscanning configuration: Up to 4 separate bi-lateral 16-source/8-detector arrays for four subjects Phase and spectroscopic technique: Single phase, continuous wave Item Number 2 1x hybrid source driver card Powers up to 8x 2-wavelength or 4x 4-wavelength lasers; or 8x 2-wavelength LEDs Item Number 3 Connects up to 12x detector leads. Item Number 4 8x source lead connections (or 2x bundles) for chassis 1x hybrid/LED laser driver 1x laser module bay in system chassis. Item Number 5 MRI-compatible low-profile tip (up to 10m long) Item Number 6 Low-profile tip MRI-, MEG-, and TMS-compatible. Up to 10m long Item Number 7 Four oval-cut, adult head caps size 54, 56, 58, and 60cm head circumference, shower cap, holders, tops, links, cable trees and accessories for 16 sources and 16 detectors compatible with fNIRS-fMRI recordings. Item Number 8 128x unpopulated 'slits' for NIRS in 10-5 layout NIRS positions require grommets and probes for measurements Numbered and colored labels Labeled 'standard' EEG landmarks Size 50, 52cm (x2) � Item Number 9 Specialized ring grommets that secure spring-loaded and low-profile grommets Splits a single detector into 8 short channels that may be placed anywhere on a single cap Interface for any detector probe tip Item Number 10 1 x parallel port (DB25) input 1x SMB input (BNC adapter for SMB) 4 x parallel port outputs Ideal for multi- modal integration (NIRS, EEG, tDCS, fMRI, etc.) 3m USB cable for power Cedrus C-Pod adapter. Item Number 11 Online and remote system installation and training including cap preparation, experimental design, and system software Anticipated period of performance: Delivery within sixty (60) days 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 or services 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 Contracting Officer Mark McNally at e-mail address mark.mcnally@nih.gov. The response must be received on or before 10:00 AM EDT July 27, 2023. �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 pre-solicitation 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/a7d88653cece4236ac266a252281c715/view)
 
Record
SN06754177-F 20230720/230718230054 (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.