22-001214

Submitted by whipple on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Triaxial magnetometers for NIMH MEG Core Facility
Contracting Office
National Institute of Mental Health (NIMH)

Contact Points

Primary Contract Specialist

Timothy
Schwarzenberger
Tim.Schwarzenberger@nih.gov
NAICS Code Number
334516
QZFM (Gen-3.0) - tri-axial QZFM sensor (QTY: 2)

Vendor Name
QuSpin, Inc.
Vendor Address
331 South 104th St, Suite 130
Louisville, CO 80027
Background/Description of Requirement
The NIMH MEG Core Facility requires two (2) zero field tri-axial magnetometers in order to expand and optimize the functionality of our active shielding coil system (Magnetic Shields, Ltd.). The MEG Core Facility is currently developing a prototype array of optically pumped magnetometers (OPMs) as a non-invasive alternative to electrocorticography (EcoG), the current gold standard in epilepsy treatment. Successful magnetocorticography (MCoG) would offer the same level of diagnostic precision without the risks involved in the surgical placement of an ECoG array. As with other MEG sensors, OPM sensors require a low or nulled magnetic field to accurately measure neural activity. A low magnetic field can be achieved by use of a magnetically-shielded room, active shielding coils, or a combination of the two methods. In order for shielding coils to actively respond to fluctuations in the magnetic field and accurately null the field, feedback regarding the current status of the field is required. The tri-axial magnetometers described in this request will provide that valuable feedback to our existing system. Our field nulling coils, produced by Magnetic Shields, Ltd., have been designed to work exclusively with QuSpin sensors.

Interested parties may identify in writing their interest and capability in response to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.

All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.